Loading...
HomeMy WebLinkAboutA6709 - GUIDEPOST SOLUTIONS LLC - SECURITY SYSTEM DESIGN SVCS FOR CITY FACILITIESAMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT NO. 6709 WITH GUIDEPOST SOLUTIONS SECURITY SYSTEM DESIGN SERVICES FOR CITY FACILITIES CITY PROJECT NO. 14-23 The following articles of Agreement No. 6709 are hereby amended to read as follows: SECTION 2.1 Maximum contract amount is increased by $6,780 and the total amount of compensation is amended to $65,715. SCOPE OF SERVICES (Exhibit"A") - Exhibit"A" is amended as follows: Add the following additional scope of services related to the redesign of the Phase I City Hall, Police Department, and City Yard/Fleet City design drawings and specifications related to the updated direction from the City: Security Electronics Systems 1. Changing all doors to hardwired access control card readers—deletion of all wireless integrated card reader door locksets 2. Badging workstations 3. City Hall access control server 4. Revised card reader door locations and associated door elevations 5. Revised electrified door hardware schedules, in partnership with Assa Abloy The Compensation identified on Exhibit"A" is hereby amended as follows: Compensation for additional scope of services shall be a lump sum fee, not to exceed the following: Security Electronic Systems in the amount of$6,780. Total Contract amount is increased by$6,780 and amended to a total amount of$65,715. Remove and replace Section 9.3, Covenant Against Discrimination, with the following: In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City s lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non- discrimination in city contracting. 0 GNAL BD PURCHASE ORDER SUMMARY Purchase Order Number(s): 15-1317 Agreement Number: 6709 Original City Manager Approval: October 12, 2015 Original Contract Amount: 48,305 Amount of Amendment No.1 Increase: $ 2,960 Amount of Amendment No.2 Increase $ 7,670 Amount of Amendment No.3 Increase $ 6,780 Amended Total: 65,715 Account Number: 260-4500-59458 Except as specifically amended by this Amendment No. 3, all terms and provisions of Agreement No. 6709 remain in full force and effect. ATTEST: CITY OF PALM SPRINGS, a California charter city By: 1 y: city city APPROVED AS TO FORM: FPRNED F:y i"R'TACIER t V 09e, . jam, City Attorney CONSULTANT: Guidepost Solutions LLC Check one:_Individual X Partnership_Corporation Corporations require two notarized signatures: One signature must be from the Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer,Assistant Treasurer, or Chief Financial Officer). By: Njan( Vice Signature of Chair an of Board, President By: Notarized Signature Secretary, Asst. Secretary, o President Treasurer,Asst.Treasurer or Chief Financial Officer Name: AI y laS / d Le r Name: Title: V 1 1 Title: CALIFORNIA ALL— PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this Certificate verifies only the identity I of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of iJjr iG` County of /Ak&-w eJ c-- On al g f 2.018 before me, c t+- ere insert name and fide of the officer) personally appeared Nicola S A La- who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. M '? Commis onstAITNNo. 2164926 NOTARY PUBLIC-CALIFORNIA ALAMEDA COUNTY My Comm Expires SEPTEMBER 23,2020 Notary Public Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and DESCRIPTION OF THE ATTACHED DOCUMENT ifneeded,should be completed and attached to the document.Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary V (Q law. Ttl or description of attached document) State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. A(1^ 0/It's S Date of notarization must be the date that the signer(s)personally appeared which Title or cn tion of attached do ent co i ed) must also be the same date the acknowledgment is completed. The notary public must print his or her name as it appears within his or her Number of Pages L Document Date commission followed by a comma and then your title(notary public). Print the name(s) of document signer(s)who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. he/she/the},-is/afe)or circling the correct forms.Failure to correctly indicate this Individual (s)information may lead to rejection ofdocument recording. Corporate Officer The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges,re-seal if a Title) sufficient area permits,otherwise complete a different acknowledgment form. Partner(s) Signature of the notary public must match the signature on file with the office of the county clerk. Attorney-in-Fact Additional information is not required but could help to ensure this Trustee(s) acknowledgment is not misused or attached to a different document. Indicate title or type of attached document,number of pages and date.Other Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). star±{t'lasses.corn 8030-873-9565 Securely attach this document to the signed document with a staple. EXHIBIT"A" SCOPE OF SERVICES SCOPE OF WORK,SERVICES,OBJECTIVES AND SPECIFICATIONS: Upgrade current access control system to the following City locations: Phase 1: City Hall information: This is a single story building and approximately 49,970 sq ft. There are two separate buildings that are connected by an atrium/breezeway. The South building measures 30,380 sq. ft. The North building measures 19,590 sq.ft. Police Station: Two story building approximately 24,000 sq. ft. that includes administration, Dispatch, and other law enforcement functions. City Yard:Two(2)Security control gates Phase II:Expand Access Control System to the following City locations Airport Fire Station #2 single story building and approximately 18,000 sq. ft. including administration, staff housing and emergency equipment. Fire Station #1 single story building approximately 5,400 sq. ft. Including staff housing and emergency equipment. Fire Station#3 single story building approximately 5,800 sq.ft. including housing and emergency equipment. Fire Station #4 Single story facility approximately 5,600 sq. ft. that includes housing and emergency equipment. Animal Shelter: Single story facility approximately 18,000 sq. ft. that includes administration and animal housing Phase III:Future Buildings(locations and timeline to be determined at a later date) Contract Amount(Phases 1 and 2):$48,305.00 Term:3 years.Design services to be completed by October 12,2018 Amendment No. 1 -Added the following additional scope of work to provide a security access control system design for Fire Station No. 5: 1. Design a new access control and alarm monitoring system. Primary components to include access control panels, card readers,alarm contacts, motion detectors, etc. 2. Develop a title sheet,general notes, conventions,symbols list,abbreviation list and drawing index. 3. Prepare site and floor plans showing devices and equipment locations. 4. Create a system block diagram showing major components and functional interconnections. 5. Prepare specifications per the project requirements. 6. Attend one (1)design and coordination meetings(site visits). 7. Include bidding assistance during project advertisement. 8. Include construction administration during project construction. Additional Contract Amount for Amendment No. 1:$2,960.00 Term: No Change. Amendment No. 2 - Add the following additional scope of services related to the electrified door hardware and redesign of Fire Station No. 2 building floor plan: Security Electronics Systems 1. Facilitation of the assessment of all existing doors requiring new electrified door hardware, in partnership with Assa Abloy 2. Incorporation of the Assa Abloy specifications into the overall project documents 3. Coordination of all door hardware components with Assa Abloy and the City 4. Fire Station No. 2 redesign building floor plan 5. Update outdated backgrounds to show proper perimeter doors Additional Contract Amount for Amendment No.2:$7,670.00 Term: No Change. Amendment No. 3 - Add the following additional scope of services related to the redesign of the Phase I City Hall, Police Department, and City Yard/Fleet City design drawings and specifications related to the updated direction from the City: Security Electronics Systems 1. Changing all doors to hardwired access control card readers — deletion of all wireless integrated card reader door locksets 2. Badging workstations 3. City Hall access control server 4. Revised card reader door locations and associated door elevations 5. Revised electrified door hardware schedules, in partnership with Assa Abloy Additional Contract Amount for Amendment No.3:$6,780.00 Term:This Amendment No.3 hereby extends the duration of this contract to December 31,2019. Overall Contract Amount:$65,715.00 r DATE(MM/DDIYYYY) AC"R" CERTIFICATE OF LIABILITY INSURANCE 1/7/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Christine Llbb Hub International Northeast Limited PHONE 203 337-1806 FAX No 777 Commerce DriveIA/C.No E Al Fairfield CT 06825 ADDRESS: Christine.Libb Hubinternational.com INSURERS AFFORDING COVERAGE NAIC# INSURER A:Massachusetts Bay Insurance Company 22306 INSURED INSURER B:National Surety Corporation 21881 SolutionPoint International, Inc. Guidepost Solutions, LLC INSURER c:Lexington Insurance Company 19437 180 Grand Avenue, Suite 950 INSURER D:Illinois National Insurance Company 23817 Oakland CA 94612 INSURER E:Admiral Insurance Company 24856 INSURER F: COVERAGES CERTIFICATE NUMBER:522112228 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLSUBR POLICYNUMBER POLICY EFF YYYY POLICY EXP LIMITS LTR A X COMMERCIAL GENERAL LIABILITY Y Y ZDYA81049503 1/12019 1/12020 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE IJ OCCUR PREMISES Ea occurrence) $100,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $Ind Section D GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 JERC 7 LOCPOLICYE PRODUCTS-COMP/OP AGG $1,000,000 OTHER:1 A AUTOMOBILE LIABILITY Y N ZDYA81049503 1/12019 1/12020 COMBINEDSINGLELIMIT Ea ccident 1000000 a ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident B X UMBRELLALIAB X OCCUR Y S0000015392491 1/12019 1/12020 EACH OCCURRENCE $25,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE 25,000,000 DED X RETENTION$to o0o A WORKERS COMPENSATION WDYA81085403 1/12019 1/12020 X STATUTE ERH AND EMPLOYERS'LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE YM N/A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C A&E Prof.Claims Made N Y 020720888 1/12019 1/12020 3,000,000 D Prof.incl Cyber-Claims Made 01-14655-57 1/12018 2/12019 10,000,000 E Excess A&E Umbrella N XE000000448-04 1/12019 1/12020 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The City of Palm Springs,its officials,employees and agents are included as additional insured as per the written agreement and subject to the terms and conditions of the policy.This coverage is primary and non-contributory per written contract.Waiver of Subrogation in favor of the Additional Insureds per written contract. 30 Day Notice of Cancellation applies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. The City of Palm Springs 3200 E.Tahquitz Canyon Way AUTHORIZED REPRESENTATIVE Palm Springs CA 92262 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 1 Hiin Insurance Group. WDYA810854 8607002 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an Injury covered by this policy, We will not enforce our right against the person or organization named In the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us,) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule, Schedule AS REQUIRED BY WRITTEN CONTRACT i This endorsement changes the policy to which It is attached and is effective on the date issued unless otherwise stated The Information below Is required only when this endorsement Is issued subsequent to preparation of the policy.) Endorsement Effective Policy No, Endorsement No. Insured Premium Insurance Company Countersigned by WC 00 0313 Ed.4441) Copyright 1983 National Council an Compensation Insurance. AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT NO. 6709 WITH GUIDEPOST SOLUTIONS SECURITY SYSTEM DESIGN SERVICES FOR CITY FACILITIES CITY PROJECT NO. 14-23 The following articles of Agreement No. 6709 are hereby amended to read as follows: SECTION 2.1 Maximum contract amount is increased by $7,670 and the total amount of compensation is amended to $58,935. SCOPE OF SERVICES (Exhibit "A") - Exhibit "A" is amended as follows: Add the following additional scope of services related to the electrified door hardware and redesign of Fire Station No. 2 building floor plan: Security Electronics Systems 1. Facilitation of the assessment of all existing doors requiring new electrified door hardware, in partnership with Assa Abloy 2. Incorporation of the Assa Abloy specifications into the overall project documents 3. Coordination of all door hardware components with Assa Abloy and the City 4. Fire Station No. 2 redesign building floor plan i. Update outdated backgrounds to show proper perimeter doors The Compensation identified on Exhibit "A" is hereby amended as follows: Compensation for additional scope of services shall be a lump sum fee, not to exceed the following: Security Electronic Systems in the amount of$7,170. Reimbursable for expenses shall be on an allowance, not to exceed $500 Total Contract amount is increased by $7,670 and amended to a total amount of$58,935. PURCHASE ORDER SUMMARY Purchase Order Number(s): 15-1317 Agreement Number: 6709 Original City Manager Approval: October 12, 2015 Original Contract Amount: 48,305 Amount of Previous Increase:2,960 Amount of This Increase: 7,670 Amended Total: 58,935 Account Number: 260-4500-59454 Except as specifically amended by this Amendment No. 2, all terms and provisions of Agreement No. 6709 remain in full force and effect. ATTEST: CITY OF PALM SPRINGS, a California charter city By: A IVVL`n cit c g C anager APPROVE TO FORM: ny raP?ftOVEDBYCfiYNIMIAGER By City Attorney CONSULTANT: Guidepost Solutions LLC Check one: _Individual X Partnership_Corporation Corporations require two notarized signatures: One signature must be from the Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By: Notarize nature of Chair n of Board, President By: Notarized Signature Secretary, Asst. Secretary, or any Vice President 1 I Treasurer, Asst.Treasurer or Chief Financial Officer Name: At;C lL• /ltI l e r Name: Title:P,Gt 1/ eC V. Title: State of Callfornla,county of At aMe.o6- Subaerlbod a aftme )before M en thisndwornt (or day of by Nfcobs Mrilr proved to M on the bath of Lath Gory"Idenn to be the parson(t)who erredrred b e. ( we')slprature A notary public or other officer compie irig this oval ficate verifies only the identity of the indi. vidual who signed the document to which this certificate is attached,and not the truthfulness, at'.f.'Uracy,or validity of that document. w...... C.SMITH Commission No. 2164926 Zpm'' NOTARY PUBLIC-CALIFORNIA S 3 • ALAMEOACOUNTY Mr Comm ESPres SEPTEMBER 23,2020 EXHIBIT"A" SCOPE OF SERVICES SCOPE OF WORK,SERVICES,OBJECTIVES AND SPECIFICATIONS: Upgrade current access control system to the following City locations: Phase 1: City Hall information: This is a single story building and approximately 49,970 sq ft. There are two separate buildings that are connected by an atrium/breezeway.The South building measures 30,380 sq. ft.The North building measures 19,590 sq. ft. Police Station: Two story building approximately 24,000 sq. ft. that includes administration, Dispatch, and other law enforcement functions. City Yard:Two (2)Security control gates Phase II: Expand Access Control System to the following City locations Airport Fire Station #2 single story building and approximately 18,000 sq. ft. including administration, staff housing and emergency equipment. Fire Station #1 single story building approximately 5,400 sq. ft. Including staff housing and emergency equipment. Fire Station#3 single story building approximately 5,800 sq. ft. including housing and emergency equipment. Fire Station #4 Single story facility approximately 5,600 sq. ft. that includes housing and emergency equipment. Animal Shelter: Single story facility approximately 18,000 sq. ft. that includes administration and animal housing Phase III: Future Buildings(locations and timeline to be determined at a later date) Contract Amount(Phases 1 and 2): $48,305.00 Term: 3 years. Design services to be completed by October 12,2028 Amendment No. 1 Added the following additional scope of work to provide a security access control system design for Fire Station No. 5: 1. Design a new access control and alarm monitoring system. Primary components to include access control panels, card readers, alarm contacts, motion detectors, etc. 2. Develop a title sheet, general notes, conventions, symbols list, abbreviation list and drawing index. 3. Prepare site and floor plans showing devices and equipment locations. 4. Create a system block diagram showing major components and functional interconnections. S. Prepare specifications per the project requirements. 6. Attend one (1) design and coordination meetings (site visits). 7. Include bidding assistance during project advertisement. 8. Include construction administration during project construction. Additional Contract Amount for Amendment No. 1:$2,960.00 Term: No Change. Amendment No.2 Add the following additional scope of services related to the electrified door hardware and redesign of Fire Station No. 2 building floor plan: Security Electronics Systems 1. Facilitation of the assessment of all existing doors requiring new electrified door hardware, in partnership with Assa Abloy 2. Incorporation of the Assa Abloy specifications into the overall project documents 3. Coordination of all door hardware components with Assa Abloy and the City 4. Fire Station No. 2 redesign building floor plan 5. Update outdated backgrounds to show proper perimeter doors Additional Contract Amount for Amendment No. 2: $7,670.00 Term: No Change. Overall Contract Amount:$58,935 AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT NO. 6709 WITH GUIDEPOST SOLUTIONS LLC SECURITY SYSTEM DESIGN SERVICES FOR CITY FACILITIES CITY PROJECT NO. 14-23 The following articles of Agreement No. 6709 are hereby amended to read as follows: SECTION 2.1 Maximum contract amount is increased by $2,960 and the total amount of compensation is amended to $51,265. SCOPE OF SERVICES (Exhibit "A") - Exhibit"A" is amended as follows: Add the following additional scope of work to provide a security access control system design for Fire Station No. 5: 1. Design a new access control and alarm monitoring system. Primary components to include access control panels, card readers, alarm contacts, motion detectors, etc. 2. Develop a title sheet, general notes, conventions, symbols list, abbreviation list and drawing index. 3. Prepare site and floor plans showing devices and equipment locations. 4. Create a system block diagram showing major components and functional interconnections. 5. Prepare specifications per the project requirements. 6. Attend one (1) design and coordination meetings (site visits). 7. Include bidding assistance during project advertisement. 8. Include construction administration during project construction. The Compensation identified on Exhibit"A" is hereby amended as follows: Compensation for additional scope of work to provide a security access control system design for Fire Station No. 5 shall be hourly based upon the standard rates of the Consultant, not to exceed the following: Construction Documents in the amount of$2,910 Reimbursable for expenses shall be on an allowance, not to exceed $50 Total Contract amount is increased by $2,960 and amended to a total amount of$51,265. ORIGINAL BID ANDIORAGREEMEN' PURCHASE ORDER SUMMARY Purchase Order Number(s): 15-1317 Agreement Number: 6709 Original City Manager Approval: October 12, 2015 Original Contract Amount: $ 48,305 Amount of This Increase $2,960 Amended Total: 51,266 Account Number: 260-4500-59454 Except as specifically amended by this Amendment No. 1, all terms and provisions of Agreement No. 6709 remain in full force and effect. ATTEST: CITY OF PALM SPRINGS a California charter city By: City Clerk y: Assistant City Manager/ City Engineer APPROVE TO FORM: APPROVED BY DEPARMENT HEAD By 4V14'X'i y Attorney o/ Pb1o CONSU ANT: Guidepost Solutions LLC Check one: _Individual X Partnership_Corporation Corporations require two signatures: One signature must be from the Chairman of Board, President, or any Vice President. The second signature must be from the Secretary,Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By: Signal Chairman 5BoPresident or any By: Signature Secretary, Asst. Secretary, Treasurer, Vice President Asst. Treasurer or Chief Financial Officer Name: 11/^' r Name: Title: Re'V V.rvr1 Title: PROFESSIONAL SERVICES AGREEMENT SECURITY SYSTEM DESIGN SERVICES FOR CITY FACILITIES THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement") is entered into, and effective on O,D , 2016, between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, ("City")and Guidepost Solutions, LLC("Consultant"). City and Consultant are individually referred to as"Party"and are collectively referred to as the"Parties". RECITALS A. City has determined that there is a need for Security System Design Services for the City Facilities project("Project"). B. Consultant has submitted to City a proposal to provide Security System Design Services to City for the Project under the terms of this Agreement. C. Consultant is qualified by virtue of its experience, training, education, reputation, and expertise to provide these services and has agreed to provide such services as provided in this Agreement- D. City desires to retain Consultant to provide such professional services. In consideration of these promises and mutual obligations, covenants, and conditions, the Parties agree as follows: AGREEMENT 1.SERVICES OF CONSULTANT 1.1 Scone of Services. In compliance with all terms and conditions of this Agreement, Consultant agrees to perform the professional services set forth in the Scope of Services described as Phase I in Exhibit "A" (the "Services" or "Work") , which is attached and incorporated by reference. As a material inducement to the City entering into this Agreement, Consultant represents and warrants that Consultant is a provider of first class work and professional services and that Consultant is experienced in performing the Work and Services contemplated and, in light of such status and experience, Consultant covenants that it shall follow the highest professional standards in performing the Work and Services required in this Agreement. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized as high quality among well-qualified and experienced professionals performing similar work under similar circumstances. 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1)this Agreement;(2)the Scope of Services;(3)the City's Request for Proposals;and,(4)the Consultant's signed,original proposal submitted to the City ("Consultant's Proposal"), (collectively referred to as the "Contract Documents"). The City's Request for Proposals and the Consultant's Proposal, which are both attached as Exhibits 'B" and "C", respectively, are incorporated by reference and are made a part of this Agreement. The Scope of Services shall include the Consultant's Proposal. All provisions of the Scope of Services,the City's Request for Proposals and the Consultant's Proposal shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract Documents,the conflict or inconsistency shall be resolved by applying the provisions in the highest priority document, which shall be determined in the following order of priority: (ln)the provisions of the Scope of Services(Exhibit"A"); (2"d) the provisions of the City's Request for Proposal (Exhibit `B"); (3'd) the terms of this Agreement;and,(e)the provisions of the Consultant's Proposal (Exhibit"C"). 1.3 Compliance with Law. Consultant warrants that all Services rendered shall be performed in accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders, rules, and regulations. Pagel 1.4 Licenses,Permits,Fees,and Assessments. Consultant represents and warrants to City that it has obtained all licenses, permits,qualifications,and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services required by this Agreement. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, qualification, or approval that is legally required for Consultant to perform the Work and Services under this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant's performance of the Work and Services required by this Agreement. Consultant shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City to the fullest extent permitted by law. 1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (a) has thoroughly investigated and considered the Scope of Services to be performed,(b) has carefully considered how the Services should be performed, and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials, papers, documents, plans, studies, and/or other components to prevent losses or damages. Consultant shall be responsible for all such damages,to persons or property, until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Parties agree to act in good faith to execute all instruments,prepare all documents,and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 1.8 Additional Services. City shall have the right at any time during the performance of the Services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No such extra work may be undertaken unless a written order is first given by the City to the Consultant, incorporating any adjustment in(i)the Maximum Contract Amount, as defined below, and/or(ii)the time to perform this Agreement. Any adjustments must also be approved in writing by the Consultant. Any increase in compensation of up to twenty-five percent (25%) of the Maximum Contract Amount or$25,000, whichever is less,or in the time to perform of up to thirty(30)days,may be approved by the City Manager, or his designee, as may be needed to perform any extra work. Any greater increases, occurring either separately or cumulatively, must be approved by the Palm Springs City Council. It is expressly understood by Consultant that the provisions of this section shall not apply to the services specifically set forth or reasonably contemplated within the Scope of Services. 2.COMPENSATION 2.1 Maximum Contract Amount. For the Services rendered under this Agreement, Consultant shall be compensated by City in accordance with the Schedule of Compensation, which is attached as Exhibit "D" and incorporated in this Agreement by reference. Compensation shall not exceed the maximum contract amount of Forty Eight Thousand Three hundred and five Dollars, ($48,305.00) ("Maximum Contract Amount") for Phase I only, except as may be provided under Section 1.8. Additional compensation for Phase II and Phase III shall be executed via future Contract Amendments between the parties. The method of compensation shall be as set forth in Exhibit "D." Compensation for necessary expenditures for reproduction costs, telephone expenses, and transportation expenses must be approved in advance by the Contract Officer designated under Section 4.2 and will only be approved if such expenses are also specified in the Schedule of Compensation. The Maximum Contract Amount shall include the attendance of Consultant at all Project meetings reasonably deemed necessary by the City. Consultant shall not be entitled to any increase in the Maximum Contract Amount for attending these meetings. Page12 Consultant accepts the risk that the services identified in the Scope of Services may be more costly and/or time- consuming than Consultant anticipates, that Consultant shall not be entitled to additional compensation,and that the provisions of Section 1.8 shall not be applicable to the services identified in the Scope of Services. The maximum amount of city's payment obligation under this section is the amount specified in this Agreement. if the City's maximum payment obligation is reached before the Consultant's Services under this Agreement are completed, Consultant shall complete the Work and City shall not be liable for payment beyond the Maximum Contract Amount. 2.2. Method of Payment. Unless another method of payment is specified in the Schedule of Compensation(Exhibit"D"), in any month in which Consultant wishes to receive payment, Consultant shall submit to the City an invoice for services rendered prior to the date of the invoice. The invoice shall be in a form approved by the City's Finance Director and must be submitted no later than the tenth(10)working day of such month. Such requests shall be based upon the amount and value of the services performed by Consultant and accompanied by such reporting data including an itemized breakdown of all costs incurred and tasks performed during the period covered by the invoice, as may be required by the City. City shall use reasonable efforts to make payments to Consultant within forty-five(45) days after receipt of the invoice or as soon as is reasonably practical. There shall be a maximum of one payment per month. 2.3 Chances in Scope. In the event any change or changes in the Scope of Services is requested by City, Parties shall execute a written amendment to this Agreement, specifying all proposed amendments, including, but not limited to,any additional fees. An amendment may be entered into: A. To provide for revisions or modifications to documents, work product, or work, when required by the enactment or revision of any subsequent law;or B. To provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Consultant's profession. C. To provide the work identified as Phase II and/or Phase III in Exhibit"A". 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated by the City Council for each fiscal year covered by the Agreement. If such appropriations are not made, this Agreement shall automatically terminate without penalty to the City. 3.SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon attached Schedule of Performance(Exhibit"E"),incorporated by reference. 3.2 Schedule of Performance. Consultant shall commence the Services under this Agreement upon receipt of a written notice to proceed and shall perform all Services within the time period(s) established in the Schedule of Performance. When requested by Consultant, extensions to the time period(s)specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty(180)days cumulatively; however,the City shall not be obligated to grant such an extension. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the Services rendered under this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant (financial inability excepted) if Consultant, within ten(10)days of the commencement of such delay, notifies the Contract Officer in writing of the causes of the delay. Unforeseeable causes include, but are not limited to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City. The City Manager shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the enforced delay when and if in the judgment of the City Manager such delay is justified. The City Manager's determination shall be final and Page13 conclusive upon the Parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Consultant's sole remedy being extension of the Agreement under this section. 3.4 Term. Unless earlier terminated under this Agreement, this Agreement shall commence upon the effective date of this Agreement and continue in full force and effect until completion of the Services. However, the term shall not exceed three(3) years from the commencement date, except as otherwise provided in the Schedule of Performance described in Section 3.2 above. Any extension must be through mutual written agreement of the Parties. 3.5 Termination Prior to Expiration of Term. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Consultant thirty (30) days written notice. Where termination is due to the fault of Consultant and constitutes an immediate danger to health, safety, and general welfare,the period of notice shall be such shorter time as may be determined by the City. Upon such notice, City shall pay Consultant for Services performed through the date of termination. Upon receipt of such notice, Consultant shall immediately cease all work under this Agreement, unless stated otherwise in the notice or by written authorization of the Contract Officer. After such notice, Consultant shall have no further claims against the City under this Agreement. Upon termination of the Agreement under this section, Consultant shall submit to the City an invoice for work and services performed prior to the date of termination. Consultant may terminate this Agreement, with or without cause, upon sixty(60) days written notice to the City, except that where termination is due to material default by the City,the period of notice may be such shorter time as the Consultant may determine. 4. COORDINATION OF WORK 4.1 Representative of Consultant. The following principal of Consultant is designated as being the principal and representative of Consultant authorized to act in its behalf and make all decisions with respect to the Services to be performed under this Agreement Nicolas Miller,Regional Vice President. It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore,the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be the City Manager or his/her designee("Contract Officer"). Consultant shall be responsible for keeping the Contract Officer fully informed of the progress of the performance of the services. Consultant shall refer any decisions that must be made by City to the Contract Officer. Unless otherwise specified, any approval of City shall mean the approval of the Contract Officer. 4.3 Prohibition Aeainst Subcontractine or Assi¢nments. The experience, knowledge, capability, expertise,and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Consultant shall not assign full or partial performance of this Agreement, nor any monies due, voluntarily or by operation of law, without the prior written consent of City. Consultant shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Consultant is permitted to subcontract any part of this Agreement by City, Consultant shall be responsible to City for the acts and omissions of its subcontmctor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and City. All persons engaged in the Work will be considered employees of Consultant. City will deal directly with and will make all payments to Consultant. In addition, neither this Agreement nor any interest in this Agreement may be transferred,assigned, conveyed,hypothecated,or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City. Transfers restricted in this Agreement shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant from any liability under this Agreement without the express written consent of City. Page14 4.4 Independent Contractor. The legal relationship between the Parties is that of an independent contractor,and nothing shall be deemed to make Consultant a City employee. A. During the performance of this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act or represent themselves as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control- Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Consultant's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint venturer or a member of any joint enterprise with Consultant. B. Consultant shall not have any authority to bind City in any manner. This includes the power to incur any debt,obligation,or liability against City. C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement,City shall not pay salaries, wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Consultant, its officers, employees,or agents, for injury or sickness arising out of performing Services. If for any reason any court or governmental agency determines that the City has financial obligations, other than under Section 2 and Subsection 1.8 in this Agreement, of any nature relating to salary, taxes, or benefits of Consultant's officers, employees, servants, representatives, subcontractors, or agents, Consultant shall indemnify City for all such financial obligations. 5.INSURANCE 5.1 Types of Insurance. Consultant shall procure and maintain, at its sole cost and expense, the insurance described below. The insurance shall be for the duration of this Agreement and includes any extensions, unless otherwise specified in this Agreement. The insurance shall be procured in a form and content satisfactory to City. The insurance shall apply against claims which may arise from the Consultant's performance of Work under this Agreement, including Consultant's agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City,the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified in this Agreement. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided under this Agreement shall be on an occurrence basis. The minimum amount of insurance required shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars($1,000,000.00)per occurrence and two-million dollars($2,000,000.00)annual aggregate, in accordance with the provisions of this section. 1) Consultant shall either: (a)certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or(b) if Consultant does not provide the certification under (a), Consultant shall procure from the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services under this Agreement. 2) If the policy of insurance is written on a "claims made" basis, the policy shall be Page15 continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager. 3) In the event the policy of insurance is written on an "occurrence" basis, the policy shall be continued in full force and effect during the term of this Agreement, or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement,a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars($2,000,000.00)general aggregate for bodily injury and property damage including coverages for contractual liability,personal injury,independent contractors,broad form property damage,products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned,leased,and hired cars. B. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars($1,000,000.00)for bodily injury or disease. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City Manager or his/her designee prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self-insured retentions in excess of$10,000, and the City Manager or his/her designee may require evidence of pending claims and claims history as well as evidence of Consultant's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of$10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Consultant under this Agreement: 5.3.1 For any claims related to this Agreement, Consultant's coverage shall be primary insurance with respect to the City and its officers, council members, officials,employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents,and volunteers shall be in excess of Consultant's insurance and shall not contribute with it. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members,officials,employees,agents,and volunteers. Page16 5.3.3 All insurance coverage and limits provided by Consultant and available or applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 No required insurance coverages may include any limiting endorsement which substantially impairs the coverages set forth in this Agreement_(e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager and approved in writing. 5.3.5 Consultant agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided in this Agreement. 5.3.6 Consultant agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the Project will be submitted to the City for review. 5.3.7 Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights in this or any other regard. 5.3.8 Consultant shall provide proof that policies of insurance required in this Agreement, expiring during the term of this Agreement, have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten 10)days prior to expiration of the lapsing coverage. 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements, or as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue,and is not intended by any party or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impair the provisions of this section. 5.3.11 Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right(but not the duty) to monitor the handling of any such claim or claims if they are likely to Page17 involve City, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required in this Agreement shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1.The City of Palm Springs, its officials, employees, and agents are named as an additional insured... " ("as respects Chy of Palm Springs Contract Na"or "for anv and all work performed with the City" may be included in this statement). 2.This insurance is primary and non-contribulory over any insurance or self-insurance the City may have..." ("as respects City ofPalne Springs Contract Na" or 'for any and all work performed with the City" may be included in this statement). 3.Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named."Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4.Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials,officers,employees, agents,and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. 6.INDEMNIFICATION 6.1 Indemnification and Reimbursement. To the fullest extent permitted by law, Consultant shall defend(at Consultant's sole cost and expense),indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively "Claims"), including but not limited to Claims arising from injuries to or death of persons(Consultant's employees included),for damage to property, including property owned by City, from any violation of any federal, state, or local law or ordinance, and from errors and omissions committed by Consultant, its officers, employees, representatives, and agents, that Page 18 arise out of or relate to Consultant's performance under this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the City, its elected officials, officers, employees, agents, and volunteers. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Consultant's indemnification obligation or other liability under this Agreement. Consultant's indenmification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 6.2 Desien Professional Services Indemnification and Reimbursement. If the Agreement is determined to be a "design professional services agreement" and Consultant is a "design professional" under California Civil Code Section 2782.8,then: A. To the fullest extent permitted by law, Consultant shall indemnify, defend (at Consultant's sole cost and expense), protect and hold harmless City and its elected officials, officers, employees, agents and volunteers and all other public agencies whose approval of the project is required, (individually Indemnified Party'; collectively`Indemnified Parties")against any and all liabilities,claims,judgments,arbitration awards, settlements, costs, demands, orders and penalties (collectively "Claims"), including but not limited to Claims arising from injuries or death of persons (Consultant's employees included) and damage to property, which Claims arise out of, pertain to, or are related to the negligence, recklessness or willful misconduct of Consultant, its agents, employees, or subcontractors, or arise from Consultant's negligent, reckless or willful performance of or failure to perform any term, provision, covenant or condition of this Agreement ("Indemnified Claims"), but Consultant's liability for Indemnified Claims shall be reduced to the extent such Claims arise from the negligence, recklessness or willful misconduct of the City and its elected officials,officers,employees,agents and volunteers. B. The Consultant shall require all non-design-professional sub-contractors, used or sub- contracted by Consultant to perform the Services or Work required under this Agreement, to execute an Indemnification Agreement adopting the indemnity provisions in sub-section 6.1 in favor of the Indemnified Parties. In addition, Consultant shall require all non-design-professional sub-contractors, used or sub-contracted by Consultant to perform the Services or Work required under this Agreement, to obtain insurance that is consistent with the Insurance provisions as set forth in this Agreement, as well as any other insurance that may be required by Contract Officer. 7.REPORTS AND RECORDS 7.1 Accounting Records. Consultant shall keep complete,accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement, or as the Contract Officer shall require. Consultant acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed under this Agreement. For this reason, Consultant agrees that Consultant shall promptly notify the Contract Officer the estimated increased or decreased cost if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the contemplated Work or Services. If Consultant is providing design services, Consultant shall promptly notify the Contract Officer the estimated increased or decreased cost for the project being designed if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the design services. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subcontractors, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement. Consultant shall Page j9 have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all resulting damages. Consultant may retain copies of such documents for their own use. Consultant shall have an unrestricted right to use the concepts embodied tin this Agreement. Consultant shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them. In the event Consultant fails to secure such assignment,Consultant shall indemnify City for all resulting damages. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 8.ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County. and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. T Agreement shall be construed as a whole according to its.fair language and cQmmian meaning to achieve the objectives and Purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit,expand,or define the contents of the respective sections or paragraphs. 8.3 Default of Consultant. Consultant's failure to comply with any provision of this Agreement shall constitute a default. A. If the City Manager, or his designee, determines that Consultant is in default in the performance of any of the terms or conditions of this Agreement, he/she shall notify Consultant in writing of such default. Consultant shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Consultant fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law, in equity, or under this Agreement. Consultant shall be liable for all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing shall limit City's right to terminate this Agreement without cause under Section 3.5. B. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 83A, take over the work and prosecute the Page 110 same to completion by contract or otherwise. The Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount(provided that the City shall use reasonable efforts to mitigate such damages). The City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided in this Agreement. 8.4 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant, condition,or term contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions. 8.5 Riehts and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement,the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.6 Leeal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity,to cure,correct, remedy or recover damages for any default,to compel specific performance of this Agreement,to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non-judicial proceeding, the prevailing Party shall be entitled, in addition to such other relief as may be granted, to recover from the non-prevailing Party all reasonable costs and expenses. These include but are not limited to reasonable attorney fees, expert consultant fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. To the extent authorized by law, in the event of a dismissal by the plaintiff or petitioner of the litigation or non-judicial proceeding within thirty(30) days of the date set for trial or hearing,the other Party shall be deemed to be the prevailing Party in such litigation or proceeding. 9.CITY OFFICERS AND EMPLOYEES:NON-DISCRIMINATION 9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor-in-interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. No officer or employee of the City shall have any direct or indirect financial interest in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects their financial interest or the financial interest of any corporation, partnership, or association in which he/she is, directly or indirectly, interested in violation of any state statute or regulation. Consultant warrants that Consultant has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant Aaainst Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of race,religion, color, sex, age, marital status, ancestry, or national origin. Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion,color, sex,age, marital status, ancestry, or national origin. Such actions shall include, but not be limited to,the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation;and selection for training, including apprenticeship. Page I11 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. To the fullest extent permissible under law, and in lieu of any other warranty by City or Consultant against patent or copyright infringement,statutory or otherwise: A. It is agreed that Consultant shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at Consultant's expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant. However, Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Consultant shall have sole control of the defense of any such claim or suit and all negotiations for settlement in the event City fails to cooperate in the defense of any suit or claim,provided,however, that such defense shall be at Consultant's expense. Consultant shall not be obligated to indemnify City under any settlement that is made without Consultant's consent, which shall not be unreasonably withheld. If the use or sale of such item is enjoined as a result of the suit or claim, Consultant,at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 10.2 Notice. Any notice, demand, request, consent, approval, or communication that either party desires, or is required to give to the other party or any other person shall be in writing. All notices shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission. All notices shall be deemed received upon the earlier of(i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or(iii) when sent if given by facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails, text messages, and instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To City: City of Palm Springs Attention: City Manager&City Clerk 3200 E.Tahquitz Canyon Way Palm springs,California 92262 Telephone: (760)323-8204 Facsimile: (760)323-8332 To Consultant: Guidepost Solutions LLC 915 Wilshire Boulevard Suite 2250 Los Angeles,CA 90017 Attention:Nicolas Miller Telephone: 213-624-9000 Ext. 15 Facsimile: 510-839-4791 10.3 Integrated Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior negotiations, arrangements, agreements, representations,and understandings,if any, made by or among the Parties with respect to the subject matter in this Agreement. Page112 10.4 Amendment.No amendments or other modifications of this Agreement shall be binding unless through written agreement by all Parties. 10.5 Severahility. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law. If any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly provided for in this Agreement. nothing contained in this Aereement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any entity or person not a party to this Agreement. 109 Recitals. The above-referenced Recitals are hereby incoroorated into the Aereement as though fully set forth in this Agreement and each Party acknowledges and agrees that such Party is bound, for purposes o this Aereement,by the same 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing, (iii) by so executing this Agreement,the Party for which he or she is signing is formally bound to the provisions of this Agreement, and(iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. Page113 IN WITNESS WHEREOF,the Parties have executed this Agreement as of the dates stated below. uCFFV" City of Palm Springs Date: By: _ ff/ David H.Ready IIl 1 City Manager PROVED BY CITY COUI'vC L 630 6 7T - P\0 APPROVED AS TO FORM: ATTEST By: By: Doug As C.Holland, James Thompson, City Attorney City Clerk APPROVED BY CITY COUNCIL: Date:•l''.I AgreementNo. -Woo IkYxv Corporations require two notarized signatures. One signature must be from Chairman of Board, President,or any Vice President. The second signature must be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer. CONSULTANT NAME: GU S lU tl(r\S LAC— Check one Individual LC Partnership_Corporation Address Pert,lw•d CA gYCo12 By By Si nature otariz Signature(Notarized) Page 114 CALIFORNIA ALL-PURPOSE ACKNOVILEDGMENT CIVIL CODE§1180 A rotaY pubic or olw ottw oahpixirq dvo oinfxue venFas ny me idernty of the advdul Y.fn slgwd the document w hvhicb this cerofcwe s araofled and Rot the m hNnaee.sccunrvV.or vahc rty of that docu rerR. a-h' A on gh l /J tic before me,C. SM; . No f ArL4 flAokl Date Acme and TiBa of car Personalty appeared df (b LLt& AInsert Nsme{a)Of SiW-O) who proved to me on the been of satisfactory, evidence to be the perear(a) whose name(a) Wore aulowntred to the vtlhn Instrument and acknowledged to me that hWahert hey executed the same in hiaMer/thoir authorized copectylln),and that by hiWhwfth eignature(s)on the instrument the penion(s), or the enbiy upon heheM of which the person(s)acted.executed the insrrumert.. 1 certly under PENALTY OF PERJURY under the laws of the 3fafe of CaMormw that the forega nt;paragraph is true and conect- e??.-•;,,. C. SMITH WITTIESS my hand and official seal. Commission No. 1992082 2pt'p,d NOTARY PUBLIC-CALIFORNIA j =Age ALAMEDA COUNTY ahrre ai fery PclbJic My Comm.Eapses SEPTEMBER 23,2016 Place Notary Sae!Above OPTIONAL Though this archon a optional,complamug this rnformation ran deter alfwahan of the document or hauolulant reattachment of Mrs form to an unsnhwmW document Description of Attached Document Tte or Type of Document Document Date: Nhmtw of Pages: SVner(e) Other Than Named Above: CepeoAYCuee)CloWnwil by Signer(a) Signer's Norse: Signera Name: Corporate Officer—rdl*): Corporate Officer—Tta(a): Partner— O Limited General Partner— Lanited General Individual Attorney In Fact Individual Attomey In Fact Trustee Guardian w Ccneervater Trustee Guardian or Conaervaior Other. Other. Sigrw to Representing: igrw Is Representing: CM14 Netiwhe Notary Association•www.Ndiau6lobuy,wg•1-80D-US NOTARY 0-800475-MTI Item t5907 EXHIBIT "A" SCOPE OF SERVICES SCOPE OF WORK, SERVICES, OBJECTIVES AND SPECIFICATIONS: Upgrade current access control system to the following City locations: Phase I: City Hall information: This is a single story building and approximately 49,970 sq ft. There are two separate buildings that are connected by an atrium/breezeway. The South building measures 30,380 sq. ft. The North building measures 19,590 sq. ft. Police Station: Two story building approximately 24,000 sq. ft. that includes administration, Dispatch, and other law enforcement functions. City Yard: Two (2) Security control gates Phase If: Expand Access Control System to the following City locations (timeline to be determined at a later date) Airport Fire Station #2 single story building and approximately 18,000 sq. ft. including administration, staff housing and emergency equipment. Fire Station #1 single story building approximately 5,400 sq. ft. Including staff housing and emergency equipment. Fire Station #3 single story building approximately 5,800 sq. ft. including housing and emergency equipment. Fire Station #4 Single story facility approximately 5,600 sq. ft. that includes housing and emergency equipment. Animal Shelter: Single story facility approximately 18,000 sq. ft. that includes administration and animal housing Phase III: Future Buildings (locations and timeline to be determined at a later date) Current City Hall access control system information: The City Hall access control monitoring system now 8 years old. The current software is Schlage Security Management System Enterprises 5.2.0 Module Version 5.2.0 (Build 61) provided by Ingersol-Rand Company 2007. The City is currently using a Dell R860 Server platform to support this system. Within the scope, work must be brought up to current codes, example reader locations and heights to meet ADA requirements and electrical devices. AutoCAD files are not available and creating of AutoCAD background for each building are the responsibility of the consultant with enough level of detail sufficient for the purpose of preparing plans and specifications appropriate for bidding the project. The City is currently using 62.5 Multi-mode fiber ST and SC terminated. Two Strands are available to each location. Existing fiber will be used. The City is looking to replace the head end. Readers can be replaced if needed by code or compatibility. There are no new card reader locations being added in Phase I of the design project. The replacement of card readers is only if needed by code or compatibility. 161 =' Approximately 1000 badged access users and 10 system Administrator users are required for this system. SECURITY SURVEILANCE CAMERAS AND ALARM: Design to have Security Company furnish and install a security alarm system that will meet the minimum requirements below: Hardware: (This list is not intended to be all inclusive) a) Support card reader technology including Proximity, Weigand effect, and magnetic stripe. b) keypads (pin) c) Card access control panels d) Alarm monitoring panels e) Cameras, lenses fixed, zoom, and auto iris. f) Camera accessories—mounts, enclosures g) Access control h) Digital Video Recorder i) Electrical strikes and electrical locking devices Von Duprin, Schlage, Corbin-Russwin, Best, Sargent, Arrow, Dorma, Marks Yale j) All necessary cabling Technical: a) Access Control software to replace existing version 5.2.0 Enterprise of Schlage Security Management system that currently controls the doors with Schlage readers that will also activate cameras. b) IP Based internal cameras for door access monitoring (640*480 min. resolution). c) Microsoft Windows based control console. (XP/32-bit Windows 7 compatible). d) Ethernet connectivity for access to door controllers and cameras. e) 1 year minimum image storage capability on security server. f) Access control report capability with images. g) User training h) Maintenance program i) Graphic alarm mapping Software: a) The proposed system must provide application-specific software to incorporate all hardware proposed. Access Control: a) The access control will interface with the alarm intrusion system to allow the alarm to be deactivated with an access card. The City of Palm Springs utilizes 1000 access cards. b) Access control systems must have a minimum of seventy-two (72) hours of battery backup. c) The Contractor must provide and support system upgrades as required. d) Provide information and pricing for communication back-up if the access control system is unavailable. e) Options for upgrade to wireless Electronic Locks Equipment and Software Warranty: The City will also require that the system designer recommend appropriate equipment and software warranty coverage as well as an on-going maintenance program for the system designed. Commonly the City requests that the successful contractor fully warrant all materials, equipment, hardware, software and workmanship against poor or inferior quality equipment, materials or workmanship for a period not less than three (3) years from the date of final acceptance of the system by the City. 171 '' Typically the City requires that the warranty shall include all parts and all labor. Any equipment found to be defective shall be replaced by vendor free of charge, including labor and any inbound or outbound shipping costs. Defective equipment is defined as any equipment that requires three (3) or more repairs or service calls within a one (1) year period. The successful contractor shall repair or replace inoperable equipment/material in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable equipment/material. With respect to software specifically, we commonly request patches and service pack releases must be supplied for all equipment under warranty or service agreement at no additional charge to the City. The City is open to alternate Warranty requirements based upon the industry expertise of the successful system designer when preparing the specifications. 18 ;'. EXHIBIT`B" CITY'S REQUEST FOR PROPOSALS CITY OF PALM SPRINGS, CA REQUEST FOR PROPOSALS (RFP) #08-15 SECURITY SYSTEM DESIGN SERVICES FOR CITY FACILITIES Requests for Proposals (RFP #08-15), for professional security system design services for the City of Palm Springs, CA, (hereinafter the "RFP") will be received at the Office of Procurement & Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M. LOCAL TIME, THURSDAY, MARCH 19, 2015. It is the responsibility of the respondent to see that any proposal sent through the mail, or by any other delivery method, shall have sufficient time to be received by this specified date and time. The receiving time in the Procurement Office will be the governing time for acceptability of proposals. Telegraphic, telephonic, faxed or emailed proposals will not be accepted. Late proposals will be returned unopened. Failure to register as a Proposer to this RFP process per the instructions in the Notice Inviting Requests for Proposals (under "Obtaining RFP Documents") may result in not receiving Addenda or other important information pertaining to this process. Failure to acknowledge Addenda may render a proposal as being non-responsive. We strongly advise that interested firms officially register per the instructions. 1. PURPOSE AND SCHEDULE: The City of Palm Springs is requesting proposals from qualified professional firms to provide the City with Security System Design Services, hereinafter the "Project"). The selected firm will be expected to provide the required professional services to design and provide plans and specs for the City to use in a solicitation for bids to our vendor community. SCHEDULE: Notice requesting Proposals posted and issued ..............................................February 19, 2015 Mandatory Pre-Proposal Conference ............................ Wednesday, March 4, 2015, 9:OOAM Deadline for receipt of Questions................................. Thursday, March 12, 2015, 3:00 P.M. Deadline for receipt of Proposals ................................. Thursday, March 19, 2015, 3:00 P.M. Short List/ Interviews/, *if desired by City .........................................................to be determined Contract awarded by City Council..................................................................... to be determined Dates above are subject to change. KEY" TO RFP ATTACHMENTS: ATTACHMENT "A"- Signature Authorization Form, including Addenda acknowledgment. Must be completed and included with Work/Technical Proposal envelope. ATTACHMENT "B" — Non Collusion Affidavit Form. *Must be completed and included with Work/Technical Proposal envelope. ATTACHMENT "C" — Cost Proposal Form. *Must be completed and included in a separately sealed envelope —do NOT include this with your WorkfTechnical Proposal. ATTACHMENT "D" — Sample boilerplate Contract Services Agreement (for reference only) 2. BACKGROUND: The City of Palm Springs desires to improve the security and safety at City Hall, Police Department and City Yard by adding a security system that interfaces with its current Schlage Access Control System that not only records every card swipe but also forced entry for the North and South City Hall Buildings, Police Department and City Yard. Ultimately, the City would like the security system to have the capabilities to be enhanced and expand as needed to current and other City building locations for future phases. 1911' . 3. SCOPE OF WORK: Generally, the scope of work consists of, but is not limited to, design and propose solutions that successfully achieve the desired goal while incorporating the basic requirements described below: SCOPE OF WORK, SERVICES, OBJECTIVES AND SPECIFICATIONS: Upgrade current access control system to the following City locations: Phase I: City Hall information: This is a single story building and approximately 49,970 sq ft. There are two separate buildings that are connected by an atrium/breezeway. The South building measures 30,380 sq. ft. The North building measures 19,590 sq. ft. Police Station: Two story building approximately 24,000 sq. ft. that includes administration, Dispatch, and other law enforcement functions. City Yard: Two (2) Security control gates Phase II: Expand Access Control System to the following City locations (timeline to be determined at a later date) Airport Fire Station #2 single story building and approximately 18,000 sq. ft. including administration, staff housing and emergency equipment. Fire Station #1 single story building approximately 5,400 sq. ft. Including staff housing and emergency equipment. Fire Station #3 single story building approximately 5,800 sq. ft. including housing and emergency equipment. Fire Station #4 Single story facility approximately 5,600 sq. ft. that includes housing and emergency equipment. Animal Shelter: Single story facility approximately 18,000 sq. ft. that includes administration and animal housing Phase III: Future Buildings (locations and timeline to be determined at a later date) Current City Hall access control system information: The City Hall access control monitoring system now 8 years old. The current software is Schlage Security Management System Enterprises 5.2.0 Module Version 5.2.0 (Build 61) provided by Ingersol-Rand Company 2007. The City is currently using a Dell R860 Server platform to support this system. SECURITY SURVEILANCE CAMERAS AND ALARM: Design to have Security Company furnish and install a security alarm system that will meet the minimum requirements below: Hardware: (This list is not intended to be all inclusive) k) Support card reader technology including Proximity, Weigand effect, and magnetic stripe. 1) keypads (pin) m) Card access control panels n) Alarm monitoring panels o) Cameras, lenses fixed, zoom, and auto iris. p) Camera accessories —mounts, enclosures q) Access control r) Digital Video Recorder s) Electrical strikes and electrical locking devices Von Duprin, Schlage, Corbin-Russwin, Best, Sargent, Arrow, Dorma, Marks Yale t) All necessary cabling 20I " _ Technical: j) Access Control software to replace existing version 5.2.0 Enterprise of Schlage Security Management system that currently controls the doors with Schlage readers that will also activate cameras. k) IP Based internal cameras for door access monitoring (640*480 min. resolution). 1) Microsoft Windows based control console. (XP/32-bit Windows 7 compatible). m) Ethernet connectivity for access to door controllers and cameras. n) 1 year minimum image storage capability on security server. o) Access control report capability with images. p) User training q) Maintenance program r) Graphic alarm mapping Software: b) The proposed system must provide application-specific software to incorporate all hardware proposed. Access Control: f) The access control will interface with the alarm intrusion system to allow the alarm to be deactivated with an access card. The City of Palm Springs utilizes 1000 access cards. g) Access control systems must have a minimum of seventy-two (72) hours of battery backup. h) The Contractor must provide and support system upgrades as required. i) Provide information and pricing for communication back-up if the access control system is unavailable. j) Options for upgrade to wireless Electronic Locks Equipment and Software Warranty: The City will also require that the system designer recommend appropriate equipment and software warranty coverage as well as an on-going maintenance program for the system designed. Commonly the City requests that the successful contractor fully warrant all materials, equipment, hardware, software and workmanship against poor or inferior quality equipment, materials or workmanship for a period not less than three (3) years from the date of final acceptance of the system by the City. Typically the City requires that the warranty shall include all parts and all labor. Any equipment found to be defective shall be replaced by vendor free of charge, including labor and any inbound or outbound shipping costs. Defective equipment is defined as any equipment that requires three (3) or more repairs or service calls within a one (1) year period. The successful contractor shall repair or replace inoperable equipment/material in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable equipment/material. With respect to software specifically, we commonly request patches and service pack releases must be supplied for all equipment under warranty or service agreement at no additional charge to the City. The City is open to alternate Warranty requirements based upon the industry expertise of the successful system designer when preparing the specifications. 4. PROPOSAL REQUIREMENTS: The firm's proposal should describe the methodology to be used to accomplish each of the project tasks. The proposal should also describe the work which shall be necessary in order to satisfactorily complete the task requirements. Please note: this RFP cannot identify each specific, individual task required to successfully and completely implement this project. The City of Palm Springs relies on the professionalism and competence of the selected firm to be knowledgeable of the general areas identified in the scope of work and to include in its proposal all required tasks and subtasks, personnel commitments, man-hours, direct and indirect costs, etc. The City of Palm Springs will not 211r ; approve addenda to the selected firm's agreement which do not involve a substantial change from the general scope of work identified in this RFP. 5. SELECTION PROCESS: This solicitation has been developed in the Request for Proposals (RFP) format. Accordingly, proposers should take note that multiple factors as identified in the RFP will be considered by the Evaluation Committee to determine which proposal best meets the requirements set forth in the RFP document. PRICE ALONE WILL NOT BE THE SOLE DETERMINING CRITERIA. The City shall review the proposals submitted in reply to this RFP, and a limited number of firms may be invited to make a formal presentation at a future date if desired by the City. The format, selection criteria and date of the presentation will be established at the time of short listing, if conducted. 6. PROPOSAL EVALUATION CRITERIA: An Evaluation Committee, using the following evaluation criteria for this RFP, will evaluate all responsive proposals to this RFP. Firms are requested to submit their proposals so that they correspond to and are identified with the following specific evaluation criteria (100 total points possible): A. Firm / Staff / Team (including any subcontractors) Qualifications and experience in providing similar security system design services as defined in the RFP, including References (15 POINTS) B. Proposal Organization, conformance with the RFP instructions, and demonstrated Understanding of the overall project and requested Scope of Work (10 POINTS) C. Work Proposal, including detailed proposed design, methodology and approach, inclusive of all necessary design development, Bid award assistance, construction administration and training to fully execute and provide a turn-key solution for the requested Scope of Work (25 POINTS) D. Detailed Project Schedule including surveys of existing conditions, meeting schedules for design needs, design timeline, and delivery of specifications and design drawings for Security System. (15 POINTS) E. Local Preference Firms that qualify as a Local Business, or employ local sub-consultants, and submit a valid business license as more fully set forth in Section F.1 below, pursuant to the City of Palm Springs Local Preference Ordinance 1756). The full local preference, five (5) points, may be awarded to those that qualify as a Local Business. Two (2) points may be awarded to a non-local business that employs or retains local residents and/or firms for this project. Non-local firms that do not employ or retain any local residents and/or firms for this project shall earn zero (0) points for this criteria. (5 POINTS) F. Cost Proposal (30 POINTS) PRIOR CITY WORK: If your firm has prior experience working with the City DO NOT assume this prior work is known to the evaluation committee. All firms are evaluated solely on the information contained in their proposal, information obtained from references, and presentations if requested. All proposals must be prepared as if the evaluation committee has no knowledge of the firm, their qualifications or past projects. 7. PROPOSAL CONTENTS: Firms are requested to format their proposals so that responses correspond directly to, and are identified with, the specific evaluation criteria stated in Section 6 above. The proposals must be in an 8 Ys X 11 format, may be no more than a total of Twenty Five (25) SHEETS OF PAPER (double-sided sheets are acceptable), including a cover letter. NOTE: Dividers, Attachments included in this RFP that are to be submitted with the proposal, Addenda acknowledgments and the separately sealed Cost 221 1' Proposal do NOT count toward the sheets of paper limit. Interested firms shall submit SIX (6) copies (one marked "Original" plus five (5) copies) of both your Technical/Work Proposal and your Cost Proposal, and one (1) Thumb Drive of the entire proposal, by the deadline. All proposals shall be sealed within one package and be clearly marked, "RFP #08-15, REQUESTS FOR PROPOSALS FOR Security System Design Services for City Facilities. Within the sealed proposal package, the Cost Proposal shall be separately sealed from the Technical/Work Proposal. Proposals not meeting the above criteria may be found to be non-responsive. EACH PROPOSAL PACKAGE MUST INCLUDE TWO (2) SEPARATELY SEALED ENVELOPES: Envelope #1, clearly marked "Technical/Work Proposal", shall include the following items: Completed Signature authorization and Addenda Acknowledgment (see Attachment A) If applicable, your specific request for Local Preference (see Attachment A) and a copy of a valid business license from a jurisdiction in the Coachella Valley. Completed, and notarized, Affidavit of Non-Collusion (see Attachment B) In addition to the items above, at a minimum, firms must provide the information identified below. All such information shall be presented in a format that directly corresponds to the numbering scheme identified here. TECHNICALMORK PROPOSAL; The TechnicalMork Proposal (Envelope #1) shall be clearly marked and shall include the Sections A, B, C, D and E below: SECTION A: FIRM, STAFF, TEAM (including any subcontractors) QUALIFICATIONS AND EXPERIENCE, INCLUDING REFERENCES A.1 Follow the instructions and properly complete and execute both Attachment "A" and Attachment "B" that are provided in the RFP and include them here in your proposal. If applicable, your specific request for Local Preference (reference Attachment A) and a copy of a valid business license from a jurisdiction in the Coachella Valley is to also be included here. A.2 Describe the firm's background and qualifications in the designing security systems that this project will require, specifically identifying experience with relevant projects successfully completed of similar size and scope. A.3 Indicate the name of any sub-contractor firms or contractors that will be utilized to make up your team. Describe each sub-contractor's qualifications, background and specific expertise that they bring to the Project. A.4 List the name and qualifications of the key staff/team members that will be assigned to the Project. Provide detailed qualifications of the Project Manager that will be assigned to the Project. A.5 Include a minimum of three (3) references of recent customers for who your firm has provided similar security design services as contemplated herein. You must include the name of a contact person, their title, and a current phone number, fax number, email address and business address along with a brief description of the scope of work and cost for each successfully completed referenced project. 231 k. ..... SECTION B: PROPOSAL ORGANIZATION, CONFORMANCE WITH RFP INSTRUCTIONS, AND DEMONSTRATED UNDERSTANDING OF THE OVERALL PROJECT AND REQUESTED SCOPE OF WORK B.1 Carefully review and verify that your proposal is well organized and follows ALL OF THE INSTRUCTIONS on proper organization, format, order, and conformance with all requirements, including any and all required signatures, attachments, acknowledgements, or other documents that are required to be submitted. Failure to follow the instructions may result in your proposal being non-responsive and rejected from consideration. B.2 Without reciting the information regarding the Project verbatim as contained in this RFP, convey your overall understanding of the Project and an understanding of the City's expectations upon implementation of the Project. B.3 Identify any "key' or "critical" issues that you believe may be encountered on the Project based on the firm's prior experiences; and provide steps to be taken to ensure the issues identified do not affect the successful delivery of the Project. SECTION C: WORK PROPOSAL CA Proposer should refine and/or expand the Scope of Work to reflect their understanding of the project and include a detailed technical work proposal, including proposed design plan, methodology and technical approach, inclusive of all design development, Bid award assistance, construction administration and training necessary to fully execute and provide a security system design as requested in the scope of work. Identify all tasks and sub-tasks required to successfully implement all phases of the project. SECTION D: PROJECT SCHEDULE D.1 Proposer shall provide a detailed Project Schedule, including all tasks and sub-tasks assuming a May 1st start date which would include but not limited to surveys of existing conditions, meeting schedules for design needs, design timeline, and delivery of specifications and design drawings for Security System. D.2 Discuss lines of communication necessary to maintain the project schedule. Discuss the key issues that could impact the schedule and ways to minimize or eliminate them. D.3 Discuss your quality control methods to ensure consistent and accurate final results. SECTION E: LOCAL PREFERENCE E.1 Pursuant to the City of Palm Springs Local Preference Ordinance 1756, in awarding contracts for services, including consultant services, preference to a Local Business shall be given whenever practicable and to the extent consistent with the law and interests of the public. The term "Local Business" is defined as a vendor, contractor, or consultant who has a valid physical business address located within the Coachella Valley, at least six months prior to bid or proposal opening date, from which the vendor, contractor, or consultant operates or performs business on a day-to-day basis, and holds a valid business license by a jurisdiction located in the Coachella Valley. "Coachella Valley" is defined as the area between the Salton Sea on the south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino Mountains on the east and north. For the purposes of this definition, "Coachella Valley" 241f includes the cities of Beaumont and Banning and the unincorporated areas between Banning and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the purpose of establishing such physical address. The consultant will also, to the extent legally possible, solicit applications for employment and proposals for subcontractors and subconsultants for work associated with the proposed contract from local residents and firms as opportunities occur and hire qualified local residents and firms whenever feasible. In order for a business to be eligible to claim the preference, the business MUST request the preference in the Solicitation response (see Attachment A) and provide a copy of its current business license (or of those it employs for this project) from a jurisdiction in the Coachella Valley. A non-local business that requests the preference based on employing local residents must provide proof of full-time primary residency from a jurisdiction in the Coachella Valley with the proposal. The City reserves the right to determine eligibility. E.2 List all team members with local expertise. Clearly define their role in the overall project. COST PROPOSAL; The Cost Proposal (Envelope #2) shall be clearly marked in a separately sealed envelope and shall include Section F below: SECTION F: COST PROPOSAL F.1 The cost proposal (in a separate sealed envelope) shall be a Lump Sum. PROPOSERS MUST USE THE COST PROPOSAL FORM, ATTACHMENT "C", PROVIDED BY THE CITY IN THE RFP DOCUMENTS. Failure to use the Cost Proposal form Attachment C" provided by the City WILL be cause for rejection of a proposal. Do NOT include Attachment "A" or Attachment "B" in the Cost Proposal, Envelope #2,. Attachments "A" and 'B" are to be included in Envelope#1, "TechnicalNVork Proposal". 8. GENERAL AND SPECIAL CONDITIONS: DEADLINE FOR SUBMISSION OF PROPOSALS: Proposals will be received in the City of Palm Springs, Office of Procurement and Contracting until 3:00 P.M., LOCAL TIME, THURSDAY, March 19, 2015. Proof of receipt before the deadline is a City of Palm Springs, Office of Procurement and Contracting time/date stamp. It is the responsibility of the firms replying to this RFP to see that any proposal sent through the mail, or via any other delivery method, shall have sufficient time to be received by the Procurement Office prior to the proposal due date and time. Late proposals will be returned to the firm unopened. Proposals shall be clearly marked and identified and must be submitted to: City of Palm Springs Procurement and Contracting Department 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Attn: Leigh Gileno, Procurement Specialist 11 QUESTIONS: Firms, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this RFP other than as directed below. Contact with anyone other than as directed below WILL be cause for rejection of a proposal. 25111 Any questions, technical or otherwise, pertaining to this RFP must be submitted IN WRITING and directed ONLY to: Leigh Gileno, Procurement Specialist II 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 via FAX (760) 323-8238 or via EMAIL: Leigh.Gileno(&palmspringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the RFP. The deadline for all questions is 3:00 P.M., Local Time, Thursday, March 12, 2015. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. FORM OF AGREEMENT: The selected firm will be required to enter into a contractual agreement, inclusive of insurance requirements, with the City of Palm Springs in accordance with the standard Contract Services Agreement (see Attachment "E"). Please note that the Exhibits are intentionally not complete in the attached sample standard document. These exhibits will be negotiated with the selected firm, and will appear in the final Contract Services Agreement executed between the parties. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. If the highest ranked Proposer refuses or fails to execute the Agreement, or negotiations are not successful, or the agreement is terminated, the City may, at its sole discretion, enter negotiations with and award the Contract to the second highest ranked Proposer, and so on. AWARD OF CONTRACT: It is the City's intent to award a contract to the firm that can provide all of the scope of work, equipment and services identified in the RFP document. However, the City reserves the right to award a contract, or to make no award, whichever is in the best interest of the City. It is anticipated that award of the contract will occur at the next regularly scheduled City Council meeting after the evaluation committee has made its final selection of the firm to be recommended for award and a contract has been negotiated and agendized for consideration. The decision of the City Council will be final. RIGHT TO ACCEPT OR REJECT PROPOSALS: The City of Palm Springs reserves the right to waive any informality or technical defect in a proposal and to accept or reject, in whole or in part, any or all proposals and to cancel all or part of this RFP and seek new proposals, as best serves the interests of the City. The City furthermore reserves the right to contract separately with others certain tasks if deemed in the best interest of the City. INSURANCE: Insurance provisions are contained in the Standard Contract Services sample agreement included in the RFP. The successful Proposer will be required to comply with these provisions. It is recommended that Proposers have their insurance provider review the insurance provisions BEFORE they submit their proposal. RESPONSIBILITY OF PROPOSER: All firms responding to this RFP shall be responsible. If it is found that a firm is irresponsible (e.g., has not paid taxes, is not a legal entity, submitted an RFP without an authorized signature, falsified any information in the proposal package, etc.), the proposal shall be rejected. 261 PUBLIC RECORD: All documents submitted in response to this solicitation will become the property of the City of Palm Springs and are subject to the California Code Section 6250 et seq., commonly known as the Public Records Act. Information contained in the documents, or any other materials associated with the solicitation, pursuant to CA Government Code 6255 during the negotiation process, may be made public after the City's negotiations are completed, and staff has recommended to the City Council the award of a contract to a specific firm, but before final action is taken by the City Council to award the contract. Although the California Public Records Act ("CPRA") recognizes that certain confidential trade secret information may be protected from disclosure, the City may not be in a position to establish that the information submitted in a proposal is a trade secret. If a request is made for information marked "Confidential," "Trade Secret," Proprietary," or any other similar designation, the City will provide the party submitting such information with reasonable notice to allow the party to seek protection from disclosure by a court of competent jurisdiction. If a submitting party contends that a portion of the proposal is confidential even under the CPRA, the party: 1) must clearly label each document and/or page deemed a confidential document 2) the legal rationale supporting such contention including specific references to applicable provisions of the Public Records laws of the State 3) must actively defend against any request for disclosure of information which the party has determined should not be released, and 4) must indemnify and hold harmless the City from any loss, claim or suit, including attorneys' fees, brought by a person challenging the City's refusal to release the documents. The City will not, under any circumstances, incur any expenses, or be responsible for any damages or losses incurred by a party submitting a proposal or any other person or entity, because of the release of such information. The City will not return the original or any copies of the proposal or other information or documents submitted to the City as part of this RFP process. NOTE THAT THE CITY MAY NOT RECOGNIZE PROPOSALS WHERE ALL OF THE INFORMATION, VIA A BLANKET STATEMENT, IS SUBMITTED AS PROPRIETARY INFORMATION OR A TRADE SECRET. SUCH PROPOSALS MAY BE FOUND NOW RESPONSIVE. COST RELATED TO PROPOSAL PREPARATION: The City will NOT be responsible for any costs incurred by any firm responding to this RFP in the preparation of their proposal or participation in any presentation if requested, or any other aspects of the entire RFP process. COMPLIANCE WITH LAW. Proposer warrants that all Services rendered shall be performed in accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders, rules, and regulations. LICENSES. PERMITS, FEES, AND ASSESSMENTS. Proposer represents and warrants to City that it will obtain all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services requested in this RFP. Proposer represents and warrants to City that Proposer shall, at its sole cost and expense, keep in effect at all times during the term of the Agreement if so awarded, any license, permit, qualification, or approval that is legally required for Proposer to perform the Work and Services under the Agreement if so awarded. Proposer shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Proposer's performance of the Work and Services required under the Agreement if so awarded. Proposer shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City to the fullest extent permitted by law. BUSINESS LICENSE: The selected firm will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled "Business Tax". 271 :' INVESTIGATIONS: The City reserves the right to make such investigations as it deems necessary to determine the ability of the firms responding to this RFP to perform the Work and the firm shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any proposal if the evidence submitted by or investigation of such firm fails to satisfy the City that such firm is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein. NONCOLLUSION: The undersigned, by submission of this Proposal Form, hereby declares that this Proposal is made without collusion with any other business making any other Proposal, or which otherwise would make a Proposal. Proposer must execute an Affidavit of Non- Collusion provided as Attachment "B" in the RFP and include it with their proposal. PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal shall be valid for a period of 120 calendar days from the due date of proposals. SIGNED PROPOSAL AND EXCEPTIONS: Submission of a signed proposal will be interpreted to mean that the firm responding to this RFP has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Request for Proposals, and any attached sample agreement. Exceptions to any of the language in either the RFP documents or attached sample agreement, including the insurance requirements, must be included in the proposal and clearly defined. Exceptions to the City's RFP document or standard boilerplate language, insurance requirements, terms or conditions may be considered in the evaluation process; however, the City makes no guarantee that any exceptions will be approved. 281 ATTACHMENT "A" THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICALNVORK PROPOSAL Envelope #1)* REQUESTS FOR PROPOSALS (RFP) #08-15 SECURITY SYSTEM DESIGN SERVICES SIGNATURE AUTHORIZATION NAME OF COMPANY(PROPOSER): BUSINESS ADDRESS: TELEPHONE: CELL PHONE: FAX: CONTACT PERSON: EMAIL ADDRESS: A. I hereby certify that I have the authority to submit this Proposal to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myself/this company in a contract should I be successful in my proposal. PRINTED NAME AND TITLE SIGNATURE AND DATE B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: 1. If successful, the contract language should refer to me/my company as: An individual; A partnership, Partners' names: A company; A corporation If a corporation, organized in the state of: 2. My tax identification number is: CHECK IF THE FOLLOWING STATEMENT APPLIES: My firm/company is a Local Business (Licensed within the jurisdiction of the Coachella Valley). Copy of current business license from a iurisdiction within the Coachella Valley is required to be attached to this document in order to request the Local Preference. ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by including the acknowledgment with your proposal. Failure to acknowledge the Addenda issued may result in your proposal being deemed non- responsive. In the space provided below, please acknowledge receipt of each Addenda: Addendum(s) #is/are hereby acknowledged. 29 ATTACHMENT "B" THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICALfWORK PROPOSAL (Envelope#1)* NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH PROPOSAL STATE OF CALIFORNIA) ss COUNTY OF RIVERSIDE) The undersigned, being first duly sworn, deposes and says that he or she is of the party making the foregoing Proposal. That the Proposal is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Proposal is genuine and not collusive or sham; that the Proposer has not directly or indirectly induced or solicited any other Proposer to put in a false or sham Proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or anyone else to put in a sham Proposal, or that anyone shall refrain from Proposing; that the Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Proposal price of the Proposer or any other Proposer, or to fix any overhead, profit, or cost element of the Proposal price, or of that of any other Proposer, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the Proposal are true; and, further, that the Proposer has not, directly or indirectly, submitted his or her Proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, Proposal depository, or any other member or agent thereof to effectuate a collusive or sham Proposal. By: Title: Subscribed and sworn to before me this day of 2015. 30 ` ATTACHMENT "C" THIS FORM MUST BE COMPLETED AND SUBMITTED IN A SEPERATELY SEALED ENVELOPE#2 "Cost Proposal', NOT with Envelope#1, Technical/Work Proposal") REQUEST FOR PROPOSAL (RFP#08-15) SECURITY SYSTEM DESIGN SERVICES COST PROPOSAL Responding to Request for Proposal No. 08-15 for Security Design Services, I/WE will accept as full payment the following Lump Sum total in a not-to-exceed amount inclusive of hourly rates for each identified team member with sub-totals by defined Task (attach itemized cost breakdown to this page), to complete the project. The undersigned Proposer proposes and agrees to provide all work and services necessary to deliver *describe here* as defined in the Scope of Work herein. NAME OF FIRM SUBMITTING THIS COST PROPOSAL: TOTAL LUMP SUM AMOUNT: PRICE IN FIGURES) PRICE IN WORDS) Additional Site visits/meetings outside of this Scope of Work —unit cost $ Hr ATTACH TO THIS PAGE THE HOURLY RATES FOR EACH IDENTIFIED TEAM MEMBER ON THE PROJECT AS WELL AS AN ITEMIZED TASK LIST WITH COST SUB-TOTALS PER TASK, ADDING UP TO THE TOTAL LUMP SUM AMOUNT PROPOSED FOR PHASE I. YOU MUST INCLUDE ALL COSTS (any travel, expenses, etc.) FAILURE TO INCLUDE THIS INFORMATION WILL DEEM YOUR PROPOSAL AS NOW RESPONSIVE. ATTACH ITEMIZED COST BREAKDOWN TO THIS PAGE 311 : ATTACHMENT"D" SITE MAPS Will be given to registered vendors who attend the mandatory walk through for this project. 32 ' P ; REQUEST FOR PROPOSALS (RFP 08-15) FOR SECURITY SYSTEM DESIGN SERVICES FOR CITY FACILITIES ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The City has received the following questions and is hereby providing answers thereto: Q 1: The RFP is for design and consulting service. If the company wins the bid for the design then can the same company bid for the installation and integration of the system? A 1: No. Q 2: Can the RFP response include the design services and installation and integration of the systems as one turnkey package solution? A 2: No. Q 3: Can the current Schlage Security Management software be replaced with a different Access Control software maintaining the same hardware readers with minimum change to wiring structures? A 3: The City is relying on the professional expertise of the design consultant that is hired to review such issues and make recommendations for the City to consider as the system is designed. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement & Contracting Manager on behalf of Leigh Gileno, Procurement Specialist II) 3311 DATE: March 2, 2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 1 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. 341E r, REQUEST FOR PROPOSALS (RFP 08-15) FOR SECURITY SYSTEM DESIGN SERVICES FOR CITY FACLITIES ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. DELIVERY OF BIDS—NOTIFICATION OF PARKING LOT CONSTRUCTION AT CITY HALL: Contractors are hereby notified that there will be construction in progress at the Palm Springs City Hall parking lot on the day that bids are due. Bids will be received by the Office of Procurement & Contracting until 3:00 P.M. on Thursday, March 19, 2015. Contractors shall take this into account in the delivery of their bid, as neither the City nor the parking lot contractor shall be liable or responsible for the late delivery of a bid due to the construction in progress. It is the responsibility of the bidder to see that any bid hand delivered or sent through the mail, or by any other delivery method, shall have sufficient time to be received by the Office of Procurement &Contracting by the due date and time. Late bids will not be accepted and shall be returned unopened. The City has received the following questions and is hereby providing answers thereto: Q 1: Will AutoCAD files be made available for each floor of each building? A 1: No, AutoCAD files are not available. Q 2: If no AutoCAD files will be provided to successful Consultant, does the City want the Consultant to include the cost to create AutoCAD backgrounds for each floor of each building? A 2: Yes. Q 3: Specify level of backgrounds, ie. Walls, Doors, Windows, Room Numbers, Drawn To-Scale, etc. If anything additional, please specify. A 3: Enough level of detail sufficient for the purpose of preparing plans and spcifications appropriate for bidding the project. 351 [ . Q 4: If To-Scale plans are desired, a comprehensive site survey will be required. If Not-To-Scale plans are acceptable, the PDF plans provided during the Pre-Bid meeting should be adequate to create new CAD plans. A 4: The City has scaled plans for each building that will be provided to the successful consultant. The City does not have Auto CAD drawings. Q 5: Is a diagram that shows the overall connectivity between each of the sites available? A 5: No. Q 6: During Pre-Bid meeting, Patrick indicated that there was fiber from City Hall to the other sites. Please specify what type and how many strands. A 6: The city is currently using 62.5 Multi-mode fiber ST and SC terminated. Two Strands are available to each location. Q 7: Does the City have any documented security standards that should be taken into account for this proposal? A 7: No. Q 8: The current access cards being used appear to be standard 125 KHz Proximity. This type of card technology is no longer approved for government agencies. Should a migration plan to an approved 13.56 MHz smart card technology be included in this proposal? A 8: While the City is not aware of the current card system not being approved for government agencies, the City does want the migration of technology needs to meet current standards and building electronic codes. Q 9: Upon completion of the initial design, how much time is required for City approval before Construction Documents can be started for use in the bid process? A 9: There are many variables that may impact the time line and therefore we cannot provide an estimate at this time. Q 10: What is the time duration from the day the security contractor bids are received, until the contract is awarded to the security contractor? A 10: There are many variables that may impact the time line and therefore we cannot provide an estimate at this time. Q 11: Should we assume that any non-code compliant issues shall be brought up to code in this proposal, or will existing conditions be grandfathered in? A 11: Yes, non-code compliant issues shall be brought up to current codes 36IP _ _ -.: Q 12: If our firm has an exception with certain contract clauses, is it acceptable to include the exceptions as an addendum to the proposal? A 12: Refer to page 11 of RFP document, section titled "Signed Proposals and Exceptions". Q 13: On page 8, the RFP states that we need an Office of Procurement time and date stamp. How would you recommend getting proof of receipt when using a delivery service, such as FedEx? A 13: Vendors may contact Procurement to verify if their proposal was successfully delivered and time/date stamped in the Procurement Office by the deadline. Q 14: Is new enterprise system required to interface between the existing CCTV and any future security systems including Intrusion, Emergency Phones...etc.? A 14: No. Q 15: Are we reusing the existing infrastructure and replacing the head end and card readers only? A 15: We are looking to replace the head end. Readers can be replaced if needed by code or compatibility. Q 16: Are we adding new card readers to the buildings in different areas or just evaluating replacing existing card readers? A 16: There are no new card reader locations being added in this Phase of the design project. The replacement of card readers is only if needed by code or compatibility. Q 17: Is there any underground work required to connect the buildings or are we using existing underground fiber? A 17: Existing fiber will be used. Q 18: Is the existing system monitored at this time? A 18: No the system is not monitored, however the system has logging capabilities and is sometimes used to collect date or run a report. Q 19: How many users will be required for the system? A 19: Approximately 1000 badged access users and 10 System Administrator users. BY O. ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA 2W Procurement Specialist II DATE: March 11, 2015 3711' ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 2 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. 381 ,° : q Ai a; REQUEST FOR PROPOSALS (RFP 08-15) FOR SECURITY SYSTEM DESIGN SERVICES FOR CITY FACILITIES ADDENDUM NO. 3 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED The City has received the following questions and is hereby providing answers thereto: Q 1: What are the quantities of existing sheets? A 1: Estimated sheets for City Hall are 8-10 sheets and Police Station is 4 sheets. Q 2: What scale are the existing sheets? A 2: Combination of several scales. Not consistent. Q 3: Are the existing sheets on paper blue-line, or black-line or velum? A 3: Existing sheets are on blue-line, black and velum. Q 4: Are all the sheets legible? A 4: Yes. Q 5: Addendum 2 indicates the requirement that non-code compliant issues be brought up to code. Please clarify. A 5: Within the scope, work must be brought up to current codes, example reader locations and heights to meet ADA requirements and electrical devices. Q 6: When were the buildings permitted? A 6: City Hall was originally built in 1957. Since that time there have been four additions and several renovations up to 1990. All work permitted at that time. The Police Department was completed in 1984 and also was permitted at the time of construction. 391i= Q 7: We have a 50K deductible per claim on our Professional Liability policy — our other policy's deductibles are either 10K or lower. Would the City take issue with this deductible? A 7: Exceptions to the insurance requirements shall be submitted with your proposal. Please refer to the instructions on page 11 of RFP document, section titled "Signed Proposals and Exceptions. Q 8: While we have no limiting endorsements, our general liability policy excludes personal and advertising injury, which our professional liability policy picks up. Is this acceptable to the City? A 8: Refer to answer#7 above. BY ORDER O F,THE CITY OF PALM SPRINGS, CALIFORNIA e• Y Procurement Specialist 11 DATE: March 12, 2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 3 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. 401E EXHIBIT"C" CONSULTANT'S PROPOSAL 41P ;, .. 1,` b ti"it S ,F4F r 4 j GUIDEPOST SOLUTIONS LLC ORIGINAL: Technical/Work Proposal Security System Design Services for City Facilities for the City of Palm Springs Revised: August 21, 2015 CoverLetter..........................................................................1 Attachments A & B.............................................................2 Firm's Qualifications &Subcontractors...........................3 Key Team Member's Qualifications..................................8 References.........................................................................12 Understanding of the Project.................. .......................13 WorkProposal...................................................................15 Project Schedule........ ......................... .....--..... .....21 Local Preference...............................................................25 CRY OF PALM SPRINGS_REVISED OS'22J,'2015 GUIDEPOST SOLUTIONS GPS PROPOSAL#PS5-LAX-013 March 21,2015 Ms. Leigh Gileno Procurement Specialist 11 Procurement&Contracting Department 3200 F.Tahquitz Canyon Way Palm Springs,CA 92262 Subject:RFP x08-IS-Security System Resign Services for City Facilities Dear Nis.Gileno, Determining how to expand an existing security system for it city's facilities is not a decision to be taken lightly.Guidepost Solutions understands this scenario,and has built a reputation as a trusted partner in improving the security and safety of staff,residents,and visitors for more than 60 California cities and counties. We can work with you to come to a clear and concrete decision on the best way to address your aging security infrastructure,as well as provide it solution that meets your long-term system goals for future phases.As your partner,we promise to: We have managed the design,implementation,and integration of some of the most complex security platforms in service today,allowing our clients to focus on their internal operations and organizational goals.Our multidisciplinary team members quickly immerse themselves into these public agencies to understand their Current policies, procedures, and systems operations. Our project accomplishments have included: the production Of a citywide standard for security systems for the City of Lincoln,as well as the implementation of integrated control, intrusion detection,video surveillance,and site security systems for the San Diego County Operations Center. Our team possesses a 360-degree understanding of security systems. Our final design deliverable will easily translate from written specifications to system operation due to Our real-word experience producing large-scale,integrated security systems—all under similar conditions, including aggressive schedules, strict budgets,multiple stakeholders,and similar scopes.We assure coordination between the systems we design and architectural,electrical,and hardware components;as well as operations.Our evaluation of the multiple factors that affect systems on a daily basis contributes to not only project efficiency,but overall client savings. We apply an "mfiractnrcnlre strategy" to the design of technology systems, anticipating rapid change in equipment and products,and providing a`future-proof'building.We utilize a design and procurement program that prevents product obsolescence that can occur during the often protracted design and construction process.Our designs consider the entire life-cycle of products to result in a sustainable system that cat) operate from initial installation and upgrade. We thank you for the opportunity to demonstrate Our superior level of experience,dedication,and commitment to the City of Palm Springs.If you have questions or need further clarification on any portion of our submittal,please contact me directly at 510.250.6234 or via email at nJmiller@guidepostsolutions.com. Sincekly, Nicolas Miller,Regional Vice President nmillerOguideposisolutions.coot 1 510.250.6234 CITY OF PALM SPRINGS REVISED OB 2V 2015 GUIDEPOST SOLUTIONS PAGE S GPS PROPOSAL KP3S-LAX-013 44iP ,I Please find Attachments A and B,as well as acknowledged Addenda in the Pages following this section. CITY OF PALM SPRINGS_REVISED 08/21i2015 GUIDEPOST SOLUTIONS PAGE 2 GPS PROPOSAL#P75-LAX-013 ATTACHMENT"A" THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICAL'WORK PROPOSAL Envelope M1)' REQUESTS FOR PROPOSALS(RFP)A08-16 SECURITY SYSTEM DESIGN SERVICES SIGNATURE AUTHORIZATION NAME OF COMPANY(PROPOSER). Guidepost Solutions LLC BUSINESS ADDRESS:915 Wilshire Boulevard Suite 2250,Los Angeles.CA 90017 TELEPHONE.213.624.9000ext.15 CELL PHONE. 213.598.1205 FAX 510839.4791 CONTACT PERSON. Michael Mole EMAIL ADDRESS nnniolaeguidepostsolutionscom A. I hereby certify that I have the authority to submit this Proposal to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myselfRhis company in a contract should I be successful in my proposal. Nicolas Miller,Regional Vice President PRINTED NAME AND TITLE March 19,2015 SIGNATURE AND DATE B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: 1. If successful,the contract language should refer to me/my company as: An individual; A partnership,Partners'names: n A company; A corporation If a corporation,organized in the state of: 2. My tax identification number is: 800581535 CHECK IF THE FOLLOWING STATEMENT APPLIES: My firm/company is a Local Business(Licensed within the jurisdiction of the Coachella Valley). Copy of current business license from a jurisdiction within the Coachella Valley is required to be attached to this document in order to request the Local Preference. ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by including the acknowledgment with your proposal. Failure to acknowledge the Addenda issued may result in your proposal being deemed non- responsive. In the space provided below,please acknowledge receipt of each Addenda: Addendum(s)p i,2,3 islare hereby acknowledged. Puce 12 ol'15 ATTACHMENT"B" THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICAIL WORK PROPOSAL(Envelope#1)` NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH PROPOSAL STATE OF CALIFORNIA)ss COUNTY OF RIVERSIDE) The undersigned, being first duly sworn, deposes and says that he or she is Nicolas Miller of Guidepost solutions LLc the party making the foregoing Proposal. That the Proposal is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Proposal is genuine and not collusive or sham; that the Proposer has not directly or indirectly induced or solicited any other Proposer to put in a false or sham Proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or anyone else to put in a sham Proposal, or that anyone shall refrain from Proposing; that the Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference vdth anyone to fix the Proposal price of the Proposer or any other Proposer, or to fix any overhead, profit, or cost element of the Proposal price, or of that of any other Proposer, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the Proposal are true; and, further, that the Proposer has not, directly or indirectly, submitted his or her Proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, Proposal depository, or any other member or agent thereof to effectuate a collusive or sham Proposal. By, Nicolas Miller,Regional Vice President i Title:Regional Vice President Subscribed and sworn to before me this is day of March 2015, 13 Revi.-d_6/16/lo ll6lA 1 Qualifications • Sub-contractors GO-TO"SECURITY FIRM Guidepost Solutions is an international firm providing innovative low voltage technology consulting, GUIDEPOST BY design, and management services that balance realistic business needs with industry-best, cost- THE NUMBERS: effective solutions. Established in 1984, the California office of Guidepost Solutions is a full service,"go-to' firm for 107000+ security consulting -- bringing unparalleled experience in security systems planning and design. security Projects Armed with lessons learned from more than 10,000 security projects,our team offers exclusive insight into your security systems,which our competition cannot match. 30 We are strategic partners for county and city clients.From developing the security electronics standards Years in Business for the City of Lincoln to designing the complete security system upgrade for the Santa Clara County Government Center, we know what works and what does not when safeguarding critical public 130facilities. We understand the entire lifecycle of a security system, from master plan to installation, and have the background to build security programs that translate from written guidelines to a fully Employees functional security system. CC For your project,we will deploy our local staff that will be supported by our national resource bench. 2` Guidepost's employees possess the right project experience and an unbiased technical approach to Years of Experience:Average Project deliver integrated,cost-effective,and long-term security systems.We know how to leverage existing Manager systems,and draft a flexible security system that will allow the City of Palm Springs to adopt future technologies with minimal or no impact to the building's infrastructure, lower lifecycle costs, and reduce requirements for new materials. As one of the largest independent security firms in North 60+ America, we will complement our expertise with a project database that covers every aspect of a cities a Counties in security project.Together,the collective years of experience on our team will provide all the required Project Experience components to execute the scope outlined in the RIFE—simultaneously maximizing efficiency. The following table presented below provides a glimpse of our relevant project experience. Infrastructillo.Facilities City of Lincoln Facilities Department City of San Francisco City of Allen City of Oakland City of Riehrnood Civic Center Plaza City of San lose Redding Orm Auditorium City of Richmond City of Sacramento Department of utilities • City of Lincoln City of Santa Cna Water District City of Santa Cruz City of Irving Water Facilities City of Watsonville City of Oakland/Port of Oakland Domain City of Antioch Awareness Center City of Sunnyvale City Of Dallas Emergency Operations Center • City of Rancho Gicanwnga City of Lodi Electric City of Larkspur City of Livermore Water Storage City of Modesto Cucamonga Water District City of Sausalito San Diego County Operations Center City of Palo Alto City of Ridtrrond Emergency Operations City of Gilroy Center City of Paso Robles County Emergency Operations Centers City of Pleasanton Alameda,Mann,and Merced,Nbrerw Valley • City of Arcadia Stanislaus Sheriff's Facility City of Montclair Clovis unified School District City of Fontana CRY OF PALM SPRINGS-REVISED 08.%2lj 2015 GUIDEPOST SOLUTIONS PAGE 3 GPS PROPOSAL#P15-LAX-013 Qualifications iSub-contractors GOT("SECURITY FIRM Guidepost Solutions isan international firm providing innovative low voltage technology consulting, GUIDEPOST BY design, and management services that balance realistic business needs with industry-best cost- THE NUMBERS: cffective solutions. Established in 1984, the California office of Guidepost Solutions is a full-service. "go-to firm for 107000+ security consulting — bringing unparalleled experience in security systems planning and design. Security Projects Armed with lessons learned from more than 10,000 security projects,our team offers exclusive insight into Your security systems,which our competition cannot match. 30 We are strategic partners for county and city clients.From developing the security efec conics standards Years In Business for the City of Lincoln to designing file complete security system upgrade for the Santa Clara County Government Center, we know what works and what does not when safeguarding critical public facilities- N'e understand the entire lifery rl 30cleOfasecuritysystem, from master plan to installation,Employees0 and have the background to build security programs that translate from written guidelines to a fully functional security system. For your project,we will deploy our local start]that will be supported by our national resource bench. 25 Guidepost's employees possess the right project experience and an unbiased technical approach to Years of Experience:Average Project deliver integrated,cost-effective,and long-term security systems. We know how to leverage existing Manager systems,and draft a flexible security system that will allow the City of Palm Springs to adopt future technologies with minimal or no impact to the building's infrastructure, lower lifecycle costs, and a reduce requirements for new materials. As one of the largest independcnt security firms in North 60+ America, we will complement Our expertise with a project database that covers every aspect Of a Cities&Counties in security project.Together,the collective years of experience on our team will providc all the required Project Experience components to execute the scope outlined in the RFP— simultaneously maximizing efficiency, the following table presented below provides it glimpse of our relevant project experience. City of Lincoln Facilities Department City of San Francisco City of Allen City of Oakland City of Richmond Civic Center Plaza City of San Jose Redding Civic Auditorium City of Richmond City of Sacramento Department of Utilities • City of Lincoln City of Santa Cruz Water District City of Santa Cruz City of Irving Water Facilities City of Watsonville City of Oakland/Port of Oakland Domain City of Antioch Awareness Center City of Sunnyvale City of Dallas Emergency Operations Center • City of Rancho Cucamonga City of Lodi Electric City of Larkspur City of Livermore Water Storage City of Modesto Cucamonga Water Distinct City of Sausalito San Diego County Operations Center City of Palo Alto City of Richmond Emergency Operations City of Gilroy Center City of Paso Robles County Emergency Operations Centers: City of Pleasanton Alameda.Merin.and Merced,Moreno Valley • City of Arcadia Stanislaus Sheriffs Facility City of Montclair Clovis Unified School Distinct I • City of Fontana CRY OF PALM SPRINGS GUIDEPOST SOLUTIONS PAGE 3 GPS PROPOSAL aP15-LAX-013 Firm's Qualifications & Sub-contractors Continued USE OF SUB-CONTRACTORS Guidepost Solutions will be performing all requested security system services,and we do not anticipate the need to incorporate any subconsultanis.Should the City require specialty services outside of our capabilities,we will engage the City at the time and present a shortlist of highly qualified candidates with whom we have strong working relationships,and whose work will meet the requirements set forth by the City. PROJECT EXPERIENCE CITY OF LINCOLN FACILITIES DEPARTMENT Lincoln, California After the completion of the security master plan,Guidepost Solutions was reselected by the City of Lincoln to design the security electronic systems for six City-affiliated buildings, including multiple police/fire departments,city halls, and the library During the master plan,Guidepost worked alongside City staff throughout the project to gain an understanding of existing and future facility physical security needs and goals. The team performed an assessment of six City- owned buildings, reviewed future building drawings and1: documents,and held interviews with key staff members-ultimately delivering needs and gap analyses for a standard security system.Guidepost provided security systems recommendations that identified technologies,hardware/software,and costs.Recommendations provided physical security for building perimeters;defined security zones within building,including public and staff-only areas•,and included intrusion detections systems for after-hour protection of facilities, a video surveillance system with suggested technologies and camera locations,and an access control system with the capability of an integrated card access system and typical card reader locations. Guidepost's success led its reselection for the design and construction administration of a city-wide access control and CCTV system. Guideposts most importantly,offered an integrated,cost-effective design approach that leveraged the City's computer network as the communication infrastructure, included proven products and technologies,and remained flexible to future changes- GUIDEPOST'S1 OF LINCOLN Provides consistent security protection for all City-owned facilities - eliminating incompatible equipment and lack of effective command,control,and communication Establishes the foundation for a ccist ffective,integrated security system that leverages the existing network Accommodates future security-related projects, including systern compatibility, product obsolescence,and new technology Reduces project-related design and engineering overhead costs for future projects CITY OF PALM SPRINGS-REVISED 08;21i2015 GUIDEPOST SOLUTIONS PAGE 4 GP5 PROPOSAL•PISLAX-OU Firm's Qualifications & Sub-contractors continued CITY OF RICHMOND CIVIC CENTER REVITALIZATION Richmond,California Guidepost Solutions provided consulting and design services for the Richmond Civic Center project.The project involved the complete renovation of the City's Civic Center Plaza, involving renovations to the civic auditorium, city hall,community services building,and police department. Initially, Guidepost Solutions delivered the master plan services for security, teldata, and audiovisual systems for all four buildings. After the success of the master plan, the Guidepost team produced the security and audiovisual infrastructure design for the entire civic center site.Security systems consisted of an access control,CCTV, intrusion alarm,intercom/entry telephone,and emergency call station systems.In addition,Guidepost managed the emergency operations center new facilities planning and design,providing construction management and commissioning services, and coordinating end user needs and responsibilities throughout the course of the project. Our approach to security and technology systems design for this project was based on promoting a shared technology infrastructure" for all facilities systems.This resulted in a flexible systems design that will allow the City to adopt future technologies with minimal or no impact to base building infrastructure,lower life-cycle costs,and reduces the requirements for new materials. CITY OF ALLEN Allen,Texas Guidepost Solutions delivered master planning and design consulting services for the City's video surveillance camera and access control systems for their law enforcement, p public parks, and administrative facilities throughout the city. Collaborating with the City and Police and Fire Departments throughout the project,the scope entailed: Surveys of exterior areas of monitoring including LL drop off points,parking areas,sensitive areas,etc. Feasibility analysis for the applicability of vehicular identification functions. Wireless network infrastructure requirements. Determination of surveillance needs at public interaction points. Orchestrated technology product selection Quantification and budgeting for card access control,CCTV,intrusion detection,and fencing elements required to increase the security posture at these facilities. The team faced numerous project challenges, including designing and implementing specialized and conspicuous security systems for the police interview rooms, as well developing systems for remote areas within the City's parks,which involved wireless network infrastructure design that would integrate with the security design.Additionally,the Guidepost team coordinated competitive bids and provided project management oversight of the implementation. CITY OF PALM SPRINGS-REVISED 08,12],12015 GUIDEPOST SOLUTIONS PAGE GPS PROPOSAL SP1SLAX-013 Firm's Qualifications & Sub-contractors continued SAN DIEGO COUNTY OPERATIONS CENTER San Diego,California Guidepost Solutions was selected to provide security master planning, standards development, and design services for the largest infrastructure project in San Diego County history, totaling$500 million and spanning 38 acres. The facility houses a central plant;a fleet vehicle maintenance F::Rtbuildingwithfuelisland; four, four-story administrativetToces; three renovated departmental offices; and thet^' County Registrar of Voters.WORM Following our delivery of the campus master plan, Guidepost reviewed and evaluated the County's existing security systems standards.The team documented the components and design elements to be upgraded to meet current industry standards and best practices,while maintaining compatibility with widely- installed County systems. The team was engaged with this project until completion, from design to installation.The Guidepost team delivered access control,intrusion detection,video surveillance,and site security systems that incorporated Crime Prevention through Environmental Design (CPTED) elements such as lighting,wayfinding and landscaping. CLOVIS UNIFIED SCHOOL DISTRICT Clovis,California f. Guidepost Solutions designed a district-wide security CCTV system for the Clovis Unified School District, encompassing 42 schools and a number of other supporting locations — a0 located across 198 miles. Initially, the project team conducted a thorough assessment of all facilities, equipment, and relevant security program documentation. Guidepost submitted a report detailing D security recommendations on how to mitigate undesired construam Adnnistraton liability and better enforce the use of their technology. FMre During the subsequent design phase, Guidepost recommended conducive camera technology,including servers and software,in addition to determining strategic locations for camera placement.Guidepost assisted with identifying power and teldata fiber optic network connectivity requirements, as well as ensured that the existing fiber optic network adequately supported the CCTV system. Throughout the project, Guidepost closely managed the schedule,coordinating design work around class activities and ongoing construction projects,as well as oversaw the needs of multiple stakeholders,including District Offices and the local Police Department. The final design resulted in a fully integrated CCTV system with the ability to integrate the local Police Department and included 1,094 cameras,47 NVR units spanning 56 different sites. TRUSTED SECURITY PARTNER FOR PUBLIC CLIENTS: Guidepost Solutions is consistently selected by public clients to provide additional services for large-scale projects. This is a testament to our"client-first"approach—we know how to produce desired project outcomes. CITY OF PALM SPRINGS REVISED 08/21/2015 GUIDEPOST SOLUTIONS PAGE 6 GPS PROPOSAL#P15-A%-013 Firm's Qualifications & Sub-contractors COntlnlled CITY OF OAKLAND/PORT OF OAKLAND DOMAIN AWARENESS CENTER (DAC) Oakland.California Leading the multidisciplinary team of architectural, MEP, structural,operational,and cost estimating subconsultants, Guidepost Solutions delivered the conceptual engineering design for the security system integration and construction of the Domain Awareness Center(DAC).When constructed, the DAC will consolidate a network of existing surveillance and security sensor data to actively monitor critical Port facilities.utility infrastructure,City facilities,and roadways. Guidepost performed a gap analysis for the security systems and delivered security system standards, performance specifications,schematic drawings,andcostestimatesfor thephysical layout ofthefacility;aswell asdrafied a Concept of Operations document for threat scenarios and roles and responsibilities of participating response/service agencies.Throughout the project,the security technology team coordinated with the Concept of Operations team to ensure compatibility between the security surveillance and information systems and the center's operational policies and procedures.The information management software for the PSIM included situation awareness and response capabilities,linking monitoring data with dispatch and automated access controls at some facilities. This software utilized together with video analytics would efficiently screen and monitor incoming data as well as coordinate incident management.The systems work was organized into a defined scope of work in a design-build package for construction and system integration of the DAC,which was subsequently successfully put to public bid. SECURITY SYSTEM SUSTAINABILrrY. Guidepost's project approach in linking the security system and operational standards demonstrates our commitment to developing comprehensive security systems that guarantee long-term performance. CITY OF SACRAMENTO DEPARTMENT OF UTILITIES(DOU) RELEVANCY Sacramento. California Guidepost Solutions was recently selected to create the t ;t, Wfttae security standards for the City of Sacramento DOU,which provides and maintains water, wastewater, storm waterIr collection, storm drainage, and flood control services 5 and facilities. The securitysystems standards provided b - Y P a .!s Ilr. Guidepost Solutions will serve as a strategic document A"-"='e"' for the access control and CCTV systems of the DOU's facilities.The Guidepost Solutions'standards document will optimally integrate in a cost-effective manner the existing security system,while addressing long-term compatibility, product obsolescence, new technology, water/wastewater utility security best practices,and industry best practices.Tasks will include.existing security systems review; site surveys; master plan review; needs/gap analysis; equipment, software,communications, Infrastructure, lighting, and maintenance recommendations; a condensed security master plan; conceptual design diagrams;and security standards development. CITY OF PALM SPRINGS_REVISED 08/21/2015 GUIDEPOST SOLUTIONS PAGE 7 GPS PROPOSAL#P15-LAX 013 561Pa _ 4. Key Team Members' Qualifications Nicolas Miller, LEED AP BD+C Project Role: Principal-in-Charge UNIQUE CHARACTERISTICS More than 30 years of experience in successtul securay system Mr.Nicolas Miller is a 30-year veteran in optimizing security systems for a variety of project management facilit ics,including civic centers,hospitals,and corporate headquarters.His security . Executive oversight M prtgeer system expertise encompasses infrastructure assessments,as well as security design delwerables and installation. As part of the City of Richmond Civic Center Master Plan, Nick . Served in leadership roles served as the City's strategic partner,where he discussed present and future security for multiple security system systems requirements for the centers four facilities — developing infrastructure assessments&design proiects technology requirements and producing a design.For each project,Nick maintains • Background in securiry system a high-level viewpoint of project requirements, long-term serviceability, and end and operational policies user operability. Nick will provide senior-level security perspective in determining • Possesses landscape vuew of platform needs for the final security system,deploying Guidepost's best resources industry-best practices and ensuring overall quality control and the District's satisfaction. Quality managementexperow Track record for ensuring design Selected Experience standard compliance City of Richmond Civic Center Plaza Richmond,California YEARS OF EXPERIENCE See full projeer description in Section 2 of this RFP. as City of Sacramento Department of Utilities(DOU) EDUCATION Sacramento.California A.A.Music,Northeastern Junin See full project description in Section?of this RFP.College Matanusk-Sustina Borough School District CERTIFICATIONS Matanuska-Suit uia Borough-?laska LEED Accredited Professional Guidepost Sulut inns was the consultant of record for a district wide safety and security upgrade project,spanning 40 buildings and a geographical area that is as vast as the slate of West Virginia.The Guidepost team coordinated with the District,the Fire Code Official,and the Cities of Wasilla and Palmer to submit all project deliverables, including the security assessment,standards development,production of drawings and specifications,and project budgets.Guidepost identified technology hardware and software that would address the proposed system requirements and prepared specifications, detailing material, equipment, and installation requirements. The final design integrated local controls and monitoring of"lock-down"buttons,video surveillance,intrusion detection,and duress alarms across the District's facilities. Stanford University Campus-wide Security Program Stanford. California Guidepost Solutions provided security master planning,design, and construction administration services for a campus-wide security program. When developed to its complete potential,Stanford's planned centralized security and safety system will provide card access control,building lock down,and mass communication for 670 buildings that incorporate 13.1 million square feet of space. CITY OF PALM SPRINGS-REVISED 08:21 2015 GUIDEPOST SOLUTIONS PAGE 8 GPS PROPOSAL#PS5-LAX-013 Key Team Members' Qualifications continued Michael Niola, CTS Project Role: Project Manager UNIQUE CHARACTERISTICS Project expertise in tlevebping integrated security designs Mr_Michael Aliola is an experienced security consultant for public sector clients, . Extensive project coordination spanning from county clients such as San Diego to the U.S. General Services experience,including budget and Administration and the Department of Veterans Affairs. He excels at executing schedule oversight security planning tasks as well as systems design,including CCTV,access control, • Broad based project manager perimeter security,intrusion detection,and overall systems integration. Mike also with hackgramd in muttlple law has experience implementing the CPTED(Crime Prevention Through Environment Wargo systems and CPTED Design) concepts of natural surveillance (e.g. lighting), access control (e.g. road • Well-versed in leading industry placement),and territorial reinforcement(e.g.community buy in). system technologies&hear Practices His project management skills come from delivering projects for public infrastructure; • Background in public sector for example,he designed a complete security system for the Clovis Unified School experience and munistakeholder coordination District fit order to better enforce the adequate use of their security-technology.As a result of his public sector experience, he is very comfortable working with and County3leaationsrned CenterSan Diego Camry Operations Canter meeting various standards and has established a track record of delivering projects . On Hoe and on budget project on time and on budget. His technical expertise is complemented by his leadership record skills; he develops work flows and processes, such as work plans and budgets, that allow him to monitor progress closely and decrease risk. With his security system background, proiect management skills, and the ability to engage project YEARS OF EXPERIENCE stakeholders,his support will allow the project to progress smoothly. 5 Selected Experience EDUCATION San Diego County Operations Center g S.Computer Engineering. San Diego,California Manhattan College,School of Hectncai&Computer Engineering See full project description inSection2 aftk6 RFp. Clovis Unified School District AFFILIATIONS Clovis,California Society of Hispanic Professional Engineers(SHPE) See full project description in Section 2 of this RFP. Institute of Electrical and Electronics Engineers(IEEE) Department of Veterans Affairs Campus Security Enhancements- InfoComm International Temple&Waco,Texas ACE Mentor Program-Mentor As Design Engineer, Mike delivered security system design services for the V.A. campus security upgrade project As part of the project, Mike surveyed the campus'facilities to explore physical security design options and CPTED (Crime Prevention Through Environmental Design) applications. This entailed lighting recommendations, pedestrian and vehicular pathway assessments, access control, CCTV, motion detectors, and security gates. Project tasks included: project management, staff interviews, and VA compliance. Mike provided all design deliverables,including site design compliance reports,basis of design documents on time and within budget. prior fojoining Guidepost Solutions CITY OF PALM SPRINGS REVISED 08/21/2015 GUID EPOST SOLUTIONS PAGE GPS PROPOSAL MPI5-LAX-OZ3 I . Key Team Members' Qualifications continued Ray Kolodzieczak UNIQUE CHARACTERISTICS Project Role: Subject Matter Expert 24t years worth of seconty, design delivery Bringing more than 24 years- of security experience, Mr. Ray Koladzieczak is a . Established track record in trusted senior project leader than has focused a majority of his career in providing security system projects for security standards, designs, and installation services for public clients. I-le has cnaml infrastructure extensive experience producing integrated security systems,including site surveys, . Collaborated with nearly 30 drawings and specifications, code compliance, bid evaluation, and acceptance California cities and counties testing.He led the assessment and design of six existing City of Lincoln buildings, . Resource for comprehensive assisting the Facilities Department staff in establishing city-wide security electronics security programs system standard.In addition,Ray has also served as a Project Manager for the City/ . wen-versed in latest security Port of Oakland's Domain Awareness Center security system guidelines,operating technalogres parameters, and its conceptual design. Ray complements his security system • Developed proven protect tools expertise with his familiarity with public stakeholders, having collaborated with nearly 30 California city and county government clients. Ray possesses the critical YEARS Of EXPERIENCE skills needed for this project: stakeholder engagement, resolving system needs with client goals,and a 360-degree Understanding of security system development 24 from conception to completion).He will bring his lessons learned from his project experience to deliver sustainable,scalable,and cost-effective security standards. EDUCATION RA History,California State Selected Experience University City of Lincoln Facilities Department A.A.Liberal Arts,Ohlone College Lincoln,California See fill project description in Section 2 of this RPP. AFFILIATIONS Building Industry Consulting Service City/Port of Oakland Domain Awareness Center International(BlCsp Oakland,California See full project description in Section 2 of this RPP State of California Capitol Area East End Complex Oakland,California The project involved the new construction of five office buildings and associated parking, consolidating two state agencies on a site adjacent to the State Capitol; capacity is 6,000 employees. Guidepost developed the design strategy for full integration of building systems,including energy management,power monitoring, security access control and alarm monitoring,CCTV surveillance,and recording. This concept provided significant savings in initial costs and on-going operations. Elihu M.Harris State Office Building Oakland,California Guidepost Solutions designed base building security system and systems for tenant areas of this 400,000 square-foot,23-story state office building.The project involved the creation of an extensive electronic security system,including security protection for Court of Appeals hearing rooms. CITY OF PALM SPRINGS—REVISED 08,121/2015 GUIDEPOST SOLUTIONS PAGE 30 GPS PROPOSAL 111`15-LAX-013 Key Team Members' Qualifications continued HUNG DIEP Project Role: Project Coordinator UNIQUE QUALIFICATIONS 7 years of project management experience Mr. Hung Diep possesses seven years of experience in project management with . Strong background in ensuring a specialized expertise in plan approval,design compliance,technical writing,and strict timelines and budgetary functional testing.Holding multiple positions at the American Bureau of Shipping, goals Hung coordinated with project personnel to ensure that the design deliverables, . Extensive experience in including electrical engineering and life safety designs,comp]ied with agency specific corustmetion experience and industry best standards for maritime clients_As part of his role,Hung certified . Well-versed in technical reporting design equipment, performed system testing, assisted in budget development, . Comfortable meeting various and drafted technical reports to document project deliverable progress. He played design standards an integral role in assisting project personnel achieve project deadlines, budget restrictions,and a comprehensive final design. For this project,Hung will leverage YEARS OF EXPERIENCE his project management experience to inject lessons learned from his background to support the delivery of a security system design services for the City's facilities.7 years Selected Experience EDUCATION Clovis Unified School District B.S.Mechanical Engineering Clovis,California Manhattan College See ftdf project description in Section 2 oftkis RFP. Torrance Unified School District Los Angeles,California Guidepost Solutions was recently selected to upgrade the surveillance system for the Torrance Unified School District.Project consists of designing a surveillance system for approximately 36 school sites. U.S.Navy* Los Angeles,California As the Surveyor for this project, Hung certified the production of 56 life boats, which world be distributed to the U.S. Navy. He reviewed all design drawings against American Bureau of Shipping standards; inspected the production of all equipment(e.g.weight)on the boats;and participated in performance testing of the final product.In this role,Hung's ensured that the design of all life boats fit within the Owner's budget,as well as met the project's schedule. Maersk Line* Port of Long Beach,California Hung served as the Surveyor for the installation of high voltage short connection of container ships. Hung managed the installation and approval of all equipment for the project, inclusive of the control panels, high voltage cabling,and switch gears. In this role, Hung's ensured that the design of all life boats fit within the Owner's budget,as well as the project's timeline. Prior to joining Guidepost Solutions CITY OF PALM SPRINGS-REVISED 08/21/2015 GUIDEPOST SOLUTIONS PAGE 11 GPS PROPOSAL MP15-LAX-013 GuidepostReferencesTheGuidepostteamwascollaborativewiththeDistrict, listening to, and factoring in our budget priorities, in order to maintain our financial goals for the project--- Their careful maintenance of the project schedule and budget, compared with the excellent customer service we have received has made partner for the District"-Dan Resciniti,Chief Technology Officer of the Clovis Unified School District 71 r References CITY OF LINCOLN FACILITIES DEPARTMENT Reference: Chris Negherbon, Information Systems Manager for City of Lincoln IT) 916.434.2425 (F) 916.645.1490 cnegherbon@ci.lincoln.ca.us 1 640 Fifth Street,Lincoln,CA 95648 Scope of Work&Cost:Guidepost Solutions selected through a competitive bid process to produce a security master plan and design the security electronic systems for six City-affiliated buildings,including multiple police/fire departments,city halls,and the library.The ultimate security design utilized the City's computer network as the communication infrastructure, included proven products and technologies,and remained flexible to future changes.Cost:$800,000. SAN DIEGO COUNTY OPERATIONS CENTER Reference:Brian Schmitt,Architect for RIC Architects I(T)619.239.9292 1(F)619.239.9288(bschmitt@rjcarchitects.com 1 3201aurel Street,San Diego,CA 92101 Scope of Work&Cost:After the successful completion of the security master plan,Guidepost Solutions was reselected to design the security systems for the new San Diego County Operations Center,the largest infrastructure project in the County's history.The 38-acre site houses a central plant;a fleet vehicle maintenance building with fuel island;four,four- story administrative offices;three renovated departmental offices;and the County Registrar of Voters.Guidepost closely collaborated with Brian Schmitt from R)C,the project client,in order to manage the security design.Cost:$500 million. 1L0'0_> I VFiED SCHOOL D61RICT Reference: Dan Resciniti, Chief Technology Officer for Clovis Unified School District I (T) 559.327.9614 1 (F) N/A damesciniti@clovisusd.ki 2.ca.us 114SO Herndon Avenue,Clovis,CA 93611 Scope of Work&Cost:Guidepost Solutions was selected through competitive bid to provide assessment and design services for all Clovis Unified School District facilities, which included 42 schools across 198 miles. Guidepost worked with Dan Resciniti to design security upgrades for all CCTV systems and equipment.Our management contributed to the enforcement of existing security standards and the appropriate use of security technology.Cost:$4 million. CRY OF PALM SPRINGS-REVISED 08,12V2015 GUIDEPOST SOLUTIONS PAGE12 GPS PROPOSAL•PIS-LAX-013 Understanding Project UNDERSTANDING OF THE PROJECT&CLIENT EXPECTATIONS The City of Palm Springs(City)currently has an eight-year-old access control system as their sole layer of electronic security. As part of Phase 1 of the Security System Design Services project,the City would like to expand upon the existing system to increase the safety measures at their City Hall,Police Department,City Yard,(4)City Fire Stations,and the City Animal Shelter.A subsequent phase,if approved and implemented by the City,will include the design of Video Surveillance system at these same sites.This proposal is for Phase I work only. The system designed as pert of Phase I will take into consideration this expansion requirement,such as the future ability for camera recording to be triggered by Card Reader activity.The Phase I enhanced security system design will integrate with intrusion detection and video surveillance.The device locations will be identified through close coordination with the City and the selected consultanfs assessment of the existing conditions, desired improvements,and risk analysis. The final security systems, if approved and implemented by the City in future phases, will be fully integrated, user- friendly,and scalable.Intrusion alarms will be able to be deactivated via card readers and all systems will have a common management platform capable of adding Video Surveillance system integration in the future. Design considerations will take place for potential future needs for system expansion,upgrades to wireless locks,and anticipation of new technologies that may be leveraged through future designs. The designed system will be affordable, reduce initial costs, and contain a flexiblelexpandable architecture. Proven products and technologies will be implemented, with the capability of having multiple service resources at the City's disposaL In summary,the system will be non-proprietary,cost-efficient,and contain a predictable initial and ongoing cost model. In order to achieve a fully integrated design of multiple systems that addresses the City's needs and discovered risks, Guidepost Solutions will take a holistic design approach,while also implementing industry best practices and leveraging their experience designing security systems for similar applications.'Ihe final design will be documented in a comprehensive bid package that includes project drawings and specifications for a security integrator/contractor to provide a full system, including all hardware,software,wiring,training,and maintenance. Guidepost Solutions will produce drawingslarchitectural backgrounds needed for the creation of the security system drawing package. In addition, Guidepost Solutions will assist the City in identifying adequate levels of equipment and software warranty coverage and an ongoing service agreement.Guidepost Solutions will also address all code requirements and ensure all devices are code compliant(ADA,NEC,Building Code,etc),as well as compatible with the upgraded head end and access control software. CITY OF PALM SPRINGS_REVISED 08j21/2015 GUIDEPOST SOLUTIONS PAGE 13 GPS PROPOSAL#PIS-Ax-01a I i a g c Understanding of the Project continued KEY ISSUES As one of the largest security consulting firs in North America and on our vast experience on similar scope projects, we possesses a solid understanding of the potential challenges we may come across during the projects execution. Most importantly,our team has identified and developed solutions for these potential issues. Below,we have detailed key issues that may arise: Door Hardware Coordination: One key issue that can often derail security projects is door hardware coordination. If doors will be equipped with new access control or door monitoring, the proper hardware needs to be in place.Guidepost Solutions will coordinate all door hardware needs and identify said needs at the start of the project to ensure all the proper individuals are brought to the table. Communication:Another issue that is of critical importance in a project of this type is having the ry knowledge needed to navigate the different functional departments and communicate adequately. A successful implementation of this project may require involvement of the City's purchasing, facilities,contracts, lock shop,and other departments. Guidepost will identify the critical path items and the different entities that are required for a smooth and on-time project delivery during design,bidding,and construction administration Infrastructure: Lastly,a successful city-wide integrated system will require the proper network infrastructure in place; an item that is often overlooked by singular disciplined consultants. Guidepost employs subject matter experts in all low voltage disciplines and is capable of W identifying network infrastructure requirements needed for the successful implementation ofthis project.We will coordinate with CitVs pl;ISP's,and local building I'p as needed to identify all the requirements necessary for a turn key solution WE HAVE DONE THIS BEFORE: that remain flexible for future changes, while simultaneously integrating with existing operations. We have a solid understanding of the work to be performed, the challenges we face, and the experience to offer cost- effective security solutions. CITY OF PALM SPRINGS_REVISED 08,'21,./2015 GUIDEPOST SOLUTIONS PAGE 14 GPS PROPOSAL NP75-LAX-013 Work 1 1 / SCOPE OF WORK Guidepost Solutions LLC Security and Technology Consulting practice("Guidepost Solutions Li.C)will provide security systems design services in order to improve the safety and security for multiple City of Palm Springs buildings.The buildings include the City Hall,Police Department,City lard,(4)City Fire Stations,and City Animal Shelter—all located in the City of Pahn Springs,California.The project includes the upgrade of the existing access control system in order to integrate the access control and intrusion detection systems,with the capability of future integration with security cameras.'lhe current access control system logs access to the City Hall,Police Department,and City Yard,and has the capability to run reports. The new system will include the capability for future integration of cameras to trigger upon card read actions.1he system will also be capable of identifying door forced open incidents_ Our intent is to provide independent,objective consulting services to assist City of Palni Springs("Owner")project team in making decisions.Our scope of work is a description based on the scope of work provided in the project documentation in the Request for Proposal and the information provided on the pre-proposal job walk. Guidepost Solutions LLC's work will include the following elements: SECURITY ELECTRONICS SYSTEMS Design of an access control and alarm monitoring system. Primary components will include access control panels, card readers,alarm contacts,etc. Assessment of the communication paths between buildings. Coordination of access control and alarm monitoring system components with the projects door hardware consul tant/specifier. Coordination of primary 120 VAC power requirements for the security systems with the projects electrical engineer. Coordination of network and phone connections required for the operation of the security systems with Owner's PC representative. Recommend security equipment and software warranty coverage Develop an ongoing maintenance program for the system designed. Security Systems Assumptions&Exclusions: This proposal does not include the design of a Video Surveillance System or door hardware.Guidepost Solutions LLC will review and coordinate door hardware with the electronic security and the project's hardware consultant,as shown on the Guidepost Solutions LLC drawings. PROPOSED DESIGN PLAN Generally, each of our assignments begins with a comprehensive needs assessment program. The critical drivers of this process are the actual and/or perceived threats and risks to the enterprise,the assets that exist within the enterprise(physical and personnel assets),the vulnerability of these assets to the identified threats and risks,and the prudent measures that can be taken to provide protection for these assets. CITY OF PALM SPRINGS REVISED 08/21/2015 GUIDEPOST SOLUTIONS PAGE 15 GPS PROPOSAL AP154AX-013 Work Proposal continued this process is then layered with the type of facilities within the client's portfolio and existing technology investment to support various new security technologies. Critical infrastructure needs are identified,including power,door hardware, technology wall space,and network capacity and latency. Once we have discovered the level of need for the security solution and the ability of the clients facility portfolio to support new technologies,we embark upon a process to stratify the level of control,monitoring,and accountability that will deliver the optimum return on the security technology investment. We put together a basis of design and incorporate design considerations based around the existing system,which is being upgraded and expanded,to arrive at a final solution.These solutions can vary depending upon the facility type and specific threat environments,but the overarching goal is to identify a solution that can be implemented as widely as possible in a standardized fashion.The final system should be managed on a single platform and be fully integrated to achieve the design criteria outlined in the Project Understanding section of this proposal. This process is overseen by our team of expert senior consultants,many of whom have experience as end users in various market sectors.It is this`design from the Owner's perspective"that separates our solutions from those designed strictly from a technology or product viewpoint. Our professionals realize that every device indicated on a drawing must not only be purchased;it most also be programmed,monitored,maintained,and responded to in a manner that fits into the day-to-day operations of the site. We guide our clients through the process of identifying their needs and solutions based upon real- world experience in not only the design of solutions,but the operation of these systems from inception to end-of-life-cycle upgrade and replacement. METHODOLOGY&TECHNICAL APPROACH The Guidepost Solutions project manager and designers committed to this project have designed and implemented projects of similar scope for clients in many types of buildings around the country. We represent the Owners best interest by establishing designs and construction packages that leverage best suited products and contractors for the application. Guidepost Solutions'approach is to provide security consulting services in a proactive and holistic mannerin order toensure that a comprehensive solution is ultimatelyachieved. Rather than simply focus on one particular aspect of risk mitigation.such as electronic systems for example,our approach addresses all three primary elements of the security program where applicable and appropriate: Operational issues such as policies and procedures,staffing,training,and emergency preparedness Architectural issues such as space planning,CPTED,ATFP,NFPA,barriers and locks Electronic systems such as card access control,closed circuit television and intercom communications. Our recommendations typically follow the industry-standard protection strategy of concentric rings"This physical security protection scheme is based on providing multiple layers of protection that originate at the project/site perimeter and are replicated at various other"rings"as one proceeds towards the most critical areas and assets. For this project,however,we understand that the card reader locations are existing and no additional locations are being added. Also, that the camera locations are to coincide with monitoring of the card readers.Our approach will be centered on this determination,but as your consultant,we would communicate meivernwn:o e: any best practices or considerations to be thought of,implemented,or simply used for future enhancements to your security program. CITY OF PALM SPRINGS REVISED 08/21/2015 GVIOEPOST SOLUTIONS PAGE 16 GPS PROPOSAL*PSSLAX-013 01 1 I' ;i p " Work Proposal continued With respect to electronic security systems,Guidepost Solutions'expert staff maintains an in-depth knowledge of virtually all technologies available today. Furthermore, key Guidepost Solutions staff often act as industry advisors and are thereby able to influence and evaluate future product development and industry trends. This provides its a large toolbox to use when building the technical aspects of your security system.Our consultants and engineers plan,design,specify,and oversee the implementation of the following technologies,among others,on a regular basis: Card access and identification systems Biometric access systems(e.g.,fingerprint,hand geometry,retina,facial recognition) Intrusion detection and alarm monitoring systems Closed circuit television(CCTV) Employee identification and badging systems;visitor management systems Intercom communications Radio and wireless communications Automated barrier systems(e.g-.optical turnstiles,motorized vehicular gates,motorized revolving doors) Biological/chemical contaminate detection and isolation systems Personnel and vehicular screening systems(e.g.X-ray,gamma ray,magnetometers) Explosive ordinance detection and screening equipment Relative to architectural components of the security program,Guidepost Solutions routinely addresses issues such as: Adequate lighting F Parking lot security Landscape,fencing,and exterior hardscapc design Building lobby design and lobby desk configuration Turnstiles and other physical pedestrian controls Vehicular barriers and gates Doors,door hardware,locks mid keying systems When evaluating security operations,Guidepost Solutions addresses the following and other related issues: Written policies and procedures Security staff post orders,patrols,training,compensation,cost effectiveness and general aptitude Crisis management and emergency preparedness plans Personnel threat management Liaison with local enforcement Protocols for delivery handling Visitor controls All applicable design and operational considerations will play a role in the final technical specifications of the products chosen.The end goal will be to design a fully integrated system as described in previous sections.Guidepost Solutions will accomplish this without losing focus of the holistic security vision of the City, industry standards,applicable codes, and system usability. CITY OF PALM SPRINGS REVISED 0$/21;2015 GUIDEPOST SOLUTIONS PAGE 17 GPS PROPOSAL MP15-LAX-013 Work Proposal continued TASKS&SUB-TASKS Schematic Design Guidepost Solutions LLC will perform the following tasks during this phase: Review preliminary plans and conduct interviews with key project team and Owner's representatives_ Identify systems and equipment required by Owners low voltage systems standards(if applicable,but as far as we know this does not apply to this project)as well as industry standards,building codes,and electrical codes,etc. Coordinate with the other design professionals assigned to this project. Attend three(3)design and coordination meetings. Prepare a Systems Design Narrative."this narrative will include the following: Summary of all systems prograrn requirements Description of required systems and equipment Space requirements for all infrastructure&equipment Cost analysis of design options Design Development Guidepost Solutions LLC will perform the following tasks during this phase: Produce Design Development systems drawings which include the following: Title sheet,with General Notes,Conventions,Symbols List,Abbreviation List,and Drawing Index. Site and floor plans showing devices and equipment locations. System block diagram showing major components and functional interconnections. Produce Design Development specifications in outline or full CSI format per the project requirements. Attend two(2)design and coordination meetings(site visits). Drawings and specifications will be submitted at the required milestones-(SO% DD and 100%DD)-for review and approval. Construction Documents Guidepost Solutions LLC will develop Design Development documents into a Construction Documents package.This will include the following additional information: Site and floor plans showing specific device and equipment locations. System block diagrams for each system.Block diagrams show the logical relationships between equipment and sub-systems. Equipment elevation and typical installation details showing equipment layout and space requirements for all equipment. Device interface schedules or detail references,where applicable Coordinated systems requirements with the project's design team:architectural,electrical,mechanical,IT,etc. Produce final Construction Document package specifications Attend two(2)design and coordination meetings(site visits). Drawings and specifications will he submitted at the required milestones-(50%CD and 100%CD)-for review and approval. CITY OF PALM SPRINGS-REVISED OS/21;2015 GUIDEPOST SOLUTIONS PAGE 18 GPS PROPOSAL NPS5-LAX-013 Work Proposal continued Ridding and Negotiation During the bidding process,Guidepost Solutions LLC will respond to bidderti questions and issues,as necessary. Once the bids are received,Guidepost Solutions LLC will review the contractor proposals and will evaluate both product and vendor qualifications. Construction Administration Guidepost Solutions LLC will review the contractors'submittals,shop drawings,and the final equipment list before the work proceeds.Included are an initial review and one re-submittal. Guidepost Solutions LLC will interface with the systems subcontractor and the project team at appropriate intervals to assist in efficient and timely installation and compliance. Guidepost Solutions LLC will participate in the final system testing,punch lists,and acceptance for the project. If applicable,Guidepost Solutions LLC will follow-up when there are reports of contractor noncompliance. SPECIAL REQUIREMENTS Guidepost Solutions LLC will require the following information,materials,and service at Owner's expense: Access to and consultation with the Architect,other project related individuals and entities;including timely responses and decisions reasonably requested by Guidepost Solutions LLC. Access to written and graphic architectural,electrical,structural,mechanical and civil engineering plans and design specifications,and plans- Detailed information,as required,on additional Owner equipment for interface to other systems. Support of Owner's IT group for network coordination and connection to control equipment. ASSUMPTIONS&EXCLUSIONS Guidepost Solutions LLC's services under this proposal are limited to those expressly specified. 'the following additional services may be desired or required,and,if performed at Owner's direction,will be charged at Guidepost Solutions LLC's standard rates as indicated in the attached Exhibit A,or at fees as mutually agreed. Changing or re-designing any project aspect or element previoushr submitted by Guidepost Solutions LLC in compliance with this proposal,or previously approved by Owner,including but not limited to project description,scope,requirements,goals,equipment,capabilities,facilities,contractors,plans,or designs. Design or specification of building management systems(BINS)or control systems or any other system not expressly required by this proposal. Preparation of maintenance and operation manuals or as-built drawings will be the systems contractor's responsibility. Training or establishing training programs(to be performed by the systems contractor). System permits and approvals including Professional Engineering stamp. The system recommendations will be prepared in compliance with Owner's standards and direction in end user meetings,where the Owner Representative and Guidepost Solutions LLC will both be present.Design beyond what is shown on the approved and accepted drawings shall be subject to additional compensation. CITY OF PALM SPRINGS-REVISED 08/21/2015 GUIDEPOST SOLUTIONS PAGE 19 GPS PROPOSAL*PIS-LAX-013 70I 1 Work Proposal continued I his proposal does not include electrical engineering of new circuits.If required,this work shall be performed by others.Guidepost Solutions LLC shall coordinate line voltage with the project's electrical engineer where required by the system. this proposal does not include site utility coordination,site utility surveys,vault investigation,or discovery of existing underground site utilities,unless specifically mentioned within the scope of services. This proposal does not include construction permits or agency tees. This proposal does not include structural engineering. This proposal does not include fire alarm or audiovisual design. Site plans,if required,are for information purposes only.Unless otherwise noted in the scope of work above,design services for site areas are not included in this proposal. this proposal assumes all system drawings will be produced using Auto(IAD.If RI NI is selected as the drawing deliverable method,the drawings will be considered supplemental services and will be billable. this proposal includes submission of full-size electronic PDF drawings to the Owner for all deliverables. If phases beyond the above scope of work are required,additional service fees will also be required. Services are limited to buildings defined in the scope of work above.The inclusion of additional structures, buildings,floors,and/or all site work not previously defined in the above scope of work will require additional fees. Reimbursable expenses will comply with Owner Standards. This Proposal and the prices quoted are valid for 120 days from the date of this Proposal. CITY OF PALM SPRINGS REVISED O8/21/2015 GUIDEPOST SOLUTIONS PAGE 20 GPS PROPOSAL%P15-LAX-013 A lmj O - C_ oPS Security Sntem Deagn Serino. I., City Pacllltiea wlnn wrr^ s O T Pro AwanVNMK W ProCeM Plraee t wears wm• s . • l 111 Eseatlm MApr , it wn, rs wrzr rs y r3ir Agrwmem PrgeccC wlelim m, nll mr, rs I 1 t_ A 9 Moolllzation ow, m moos 1 x Gz5 ICceefl Meeorg wile me CKvd Pelm SmYga 06°' s LYtl1is t r i O N ESlediaN xlratlu e d propM dlEcal maetinp q& e6 mM nsvr... s I I S IS W ent Clear Clmel RegmrYntoM. from the Klckoq MBelirg inW the Sssr mms Y r Pr CmmunKeum PM m ISMj Wppmnl iCbeMuo RISKS" CRIi1CAL ISSuee lgemMetl al lM meets os.• ras G Kk Meek., in IM Risk Register 613wes aM AMions Lop q Meating UhOdJle SElmtniiw DBZpn OSNSIIs elal' S Ny Pxlanrrg Access Cmtrd System Revew mm, 3 wvms s PmleMaCon B Review daI. Mve Aaesa Cmeol S, lema mwm mrmro A 41- N Slle Aeeeaamml& S..* Desgn Davaloprylenl Revew 1-— - Revmw Meetup mm. ls mof 5 r e r Magi, Dino lam t 50% Dp Deign Review Meeting mti+ s mre• s r I I 1pD% OD Design Reswx Meeerg lrwns Cruwo I I I I e Lggg, udbn Do[ umenls grnme cm, r•r W% CD Dacgn Revmv. Med' mp mrn re awn s 95% CD Deagn Review Meetksp mnr a qmv 5 r Pr t Lessons LatmwE d Clo d Perform PNne 1 Slle Surveys Cif, Nall SWSYslamAsseslmenl mane mets Polka Slallm m" s F SIraBYslem A66eelmenl mn. , re CB,, aM SiWISys AllMement mlrna mlVr! T SYatem Deign metre omen Saein. c Doslgn ma3' IS ma} f I 1 Daelpn Neea9ve Sudmsswn Deign DevN[ q, gn[ mums m, r'. a_.. M% DD Sudnssion mms m, u 10p% DO Submlagn emu u:r:. Cm ,. i, tKn Wmments m 55% CD Sulrmssun tOp% CD SubmrlaWn 1tin, O S C C. hitn Son Ad. witleuon cs'q' `•' GLQ PrNud A.. M W Inslallmrm was nr.a. p Troinlnq On t11B ACCBB! COatr015yBIBm Or IEennfy training mpuiemanla for City peMonrol ea"' a SPrepare Va: nirg materials., d W. ry Ih, for CIty p npel NW 2 " rNement lrami^{ 01u"" ' M G L R V7 COPS Sxurib System Deaivn Services for City Facillliea dron mr` m m O Prates AaaeW ce to Pr Phase aYlnb W4dtb 3J . e Ellµypq! Of A918anIBn1 Wrif/ rb W31116 Agre9menl Pr., W C , Iah, m mlrvts W+ rnb ea NMol iliMh.. asuv a moots V KMOX Meehrp wen she CM d PaMn Spn9s av+ t is esatnf O Z Eslabesn sUeq/ b d Pmleet critical masehg dates m1115 Pam" s Arsse 1N OocvrreM deer Chess ReR.. hM from ne KleFnfl Maelmg into IKa movts towns V posmenl rdentiflM RISKS eM CRIT1CAL ieauea ah.. del IN asom+> osrorr+ s fl{ Klclteff M9ehna m tits Rise RelPster a Issues anal Actgns Log lliv Mealln9 ScWdule mmn oaths N Sdientaec Dasl9n ssays matnb A E. bN Awes D Ihol System t.; ew m ..•.. n3 P. tab. a R. of eXamat" betas CoevalCoeval Systems A O Site Aasesamont& Security Design Dasebgtrenl Renew asre is c, _ 1 C^^Y omit ReviewMeath,Me asolna m.: i..l. Desgn Devalogrenl msam, ct 50% M Ownh, Review Mwtlnq ales m'IwI 1W% DDDesgn Revam Msebrty aria, . 1. 11 O Cmstruction0 umenls mrnns mnars so% cD IxaRn Renew Masan, tYvna mnnn iO 95% CD Deu, Renew Maeling myna ernes Prapl Lessons Lmh, ad S Closeout aaaY+ s awns Perform Pneee 1 Saw Surveys asn+ ns mans City Nall mrnns mnns r N U. 1syatem Maessment mans mllns Q, Police Station m+ hn mans 1 Sllels' sem Aseessmem mt+ ns ml+ ns City Yard mans SneSystam AeaBa& nem mlutb mr+ ns System Desgn mOY16 01nYt6 Sdremetic Dealgn moors mrnns Design Marr. b. SUCm. thh. maem same Oesgn Develpntent mmvts mnne 59% OD Saormse. mans mna 1M% DD Submiaalon matt, mtr„ a Conatution Documenb mlbu C). rem dy 50% CD Suemiaslm meets mrrr> 11M CD Submission mlvte < 1Y6 9 Comtmeti n Administration m Sal Aalyas aamns . 11 8 Ptawt Award wwu m+. e 9 Installation CwN6 avN' ri Wa' 1— r vpb N ReinlnB on she Aeeeet DM( rol System T Idenlif train male. . 111 1+ N Y 9reWnamenlS fw City persenrel s I l O somata Pinta materials aM workebp for City personnel sx m' Iho and veining o1Mne ewaa t f~il N Project Schedule continued COMMUNICATION Guidepost Solutions understands the importance of excellent communication flow and coordination.We are a client focused organization that provides"excellence in fulfilling our coin init men reliably,skillfully,and profi Iably"Experience has taught us that early identification of client communication needs, wants and requirements is critical to the successful delivery of a project. Communication channels are identified within the kickoff meeting and a formalized Communication Plan created and worked by the Guidepost Solutions team.Clearly defined communication channels ensure our clients are able to direct requests for information to a specific team member with designated responsibilities,ensuring swift efficient and direct communication with the Guidepost Solutions team. Implementing a formalized Communication Plan will keep all client stakeholders informed of project progress and ensure a transparency of information,which is a key factor in determining project success and Ultimately client satisfaction. Regular project team coordination meetings will be conducted as part of the project delivery process as detailed within our proposal schedule.these meetings will be documented,ensuring that the City of Palm Springs is kept up-to-date on the project status,and aware of any delays,which may jeopardize meeting project milestones and affect the project schedule. We can perform a schedule Critical Path Analysis proactively identifying tasks that may cause schedule slippage if they were to occur and recommend a mitigating action to guarantee efficient delivery of the project.We can utilize this tool in our early communication plans to discuss the potential challenges and our mitigation strategies. Our goal is to provide clear, transparent channels of communication with the City of Palm Springs, CA. 'the Guidepust Solutions team will endeavor to respond to all communication requests in a timely manner in the format and frequency as identified in the Communication Plan. The Guidepost Solutions team will utilize Smartsheet,an interactive project delivery tool to provide project progress visibility with the City of Palm Springs representative(s). The Guidepost Solutions team will populate,update,and share important project delivery plans inclusive of a: Risk register Communication plan Issues and actions log A collaborative utilization of Smartsheet between the Guidepost Solutions team and the City of Palm Springs will support and enhance project performance and efficiencies.Smartsheet can also be used as a project repository far important project documentation and is an effective communication tool in its own right. QUALITY CONTROL 11te purpose of our quality control plan is to determine and document how we will implement processes for project quality control,quality assurance,and quality improvement. Our immediate application of quality control is the proper identification and placement of our project team. We have selected highly qualified professionals to provide exceptional services in the delivering of the security system design for the City of Palm Springs. CITY OF PALM SPRINGS—REVISED 08/2J,!2015 GUIDEPOST SOLUTIONS PAGE 23 GPS PROPOSAL#P15-LAX-013 741 P :: : Project Schedule continued Critical to Quality Control of the project del iverableswil l be the firming upofdates for project meetings between the Guidepost Solutions team and City of Palm Springs representative(s)at the kickoff meeting. the strategic placement of these meetings Within the project schedule ensures that the City of Patin Springs and the Guidepost Solutions team are collaborating closely throughout the project life. Furthermore pre-scheduled meetings act as measures and verification of the project delivery and ensure that the Guidepost Solutions tears remain focused and on track to deliver meeting client requirements. Our quality control Plan will include but not be restricted to the following processes: Risk management process:Risk management is an iterative process to be applied during the whole lifecycle of the project tasks in order to reflect their evolution and to verify implementation of the risk reduction actions.Risk is made up of two components: (1)the probability that the project will experience an undesired event such as cost overrun or schedule slippage,and(2)the consequence,impact or severity of the undesired event- The Guidepost Solutions team will perform continual reviews of the schedule throughout the project lifecycle and record and communicate the risk register accordingly. Change control process:A"change"is defined as a variance from the originally defined project scope(work plan), schedule,or fees.Project changes are managed through our project change control process.The project manager will proactively monitor the following areas on a weekly basis:the project objectives and deliverables defined in the work plan,the project schedule, and the project fees. Potential substantial changes to these items will be identified and reviewed by our project manager.If changes to these items are imminent,they will be documented by our project manager and communicated to the City of Palm Springs representative(s)_ Any changes will be formally approved by the City of Palm Springs before initiation. Issue management process: A project issue is defined as a question or problem that in order to be resolved, a decision must be made by our team,in cordi nation with a City of Palm Springs representative(s).Issues are closely related to risks, as they are often the result of an actual occurrence of an anticipated risk event 'therefore, our proactive risk management on this project should reduce project issues that occur. If a pro,iect issue is identified, it will be documented by our project manager and relayed to the City of Palm Springs representative(s).We will define and complete actions necessary for closure for each project issue. the City of Palm Springs will have direct visibility within Smartsheet of the Risk Register,Change Log and Issues and Actions Log. CITY OF PALM SPRINGS-REVISED 08,121/2015 GUIDEPOST SOLUTIONS PAGE 24 GPS PROPOSAL M PIS-LAX-013 75111 , Local Preference LOCAL EXPERTISE Although Guidepost Solutions is not a local business per the City of Palm Springs Local Preference Ordinance 1756,Guidepost Solutions LOCAL has worked within the local area of the project for more than a Juvenile. Indio decade.Particularly,Guidepost Solutions has partnered with Kaiser . Kaiser Permanente Indio MasterPermanente, the largest managed care organization in the United States,on multiple medical facilities,from master planning services Plan to design for security systems.Our project work has contributed to dical our 30-year relationship with Kaiser Permanente. Office Desert. Kaiser Palm Additionally, our Project Manager Mike Niola is currently leading Office the delivery of security and low voltage design services for the new Kais_ Building Permanent_Palm Springs Indio juvenile and Family Courthouse. The security electronics Security Master Plansystemswillconsistofelectronicdooraccesscontrolandmonitoring, help'buttons,and CCTV systems.When complete,the courthouse will span more than 65,000 square feet and will house 5 courtrooms, superior court administrative offices and public service spaces,holding area at courtrooms,in custody central holding, and court support spaces. For this project,Mike will serve as the primary contact for the City of Palm Springs,and will be responsible for daily management of the project,including all staff and deliverable products. CITY OF PALM SPRINGS-REVISED 08'21,2015 GUIDEPOST SOLUTIONS PAGE 25 GPS PROPOSAL#PISLAX-013 EXHIBIT "D" SCHEDULE OF COMPENSATION FOR PHASE I ONLY. TOTAL LUMP SUM AMOUNT: $48,305.00 Additional Site visits/meetings outside of this Scope of Work—unit cost$ 185.00/Hr r GUIDEPOST SOLUTIONS I 1 C Cost Proposal: Phase I Security System Design Services for City Facilities for the City of Palm Springs Revised: August 21, 2015 Fee Proposal: COMPENSATION&REIMBURSABLES The proposed services will be provided for a Imnp sum amount not to exceed as shown in Estimated Breakdown of Compensation by System and by Phase of this proposal. n addition to the design fees, City of Palm Springs ("Owner") will reimburse Guidepost Solutions LLC for all ordinary and necessary costs and any expenses directly relating to the proiect and approved by Owner. Reimbursable expenses for this proiect are estimated as shown in Estimated Breakdown of Compensation by System and by Phase I of this proposal. Reimbursable expenses include items such as copy and blueprint services,overnight delivery service,mileage,and special project insurance requirements,if required. The reimbursable expenses shall be billed at cost and shall not include ordinary- overhead expenses or any other expenses not directly related to the project.Reimbursable expenses will comply with Owner's terms and conditions. Phase 1 design package for Access Control Systems(incorporating City Hall, Police Department, City Yard, (4)City Fire Stations,and City Animal Shelter)will support all future phase design work,including video security component design. ESTIMATED BREAKDOWN FOR PHASE I* ACCESS CONTROL SYSTENIS Principal !PNI&SME Project Drafting, Hours Hoots Coordinator Homy Phase I Hours Fee by Phase Pjgpect Design GniceS Schematic Design c 2.695Iivieetius/luterviews 2 9 4 q Design Narrative 1'.. IC 0 0 3.165'.. Design Development D21t211 bf2efll14S 6 DesletlVrodtrctioR 1 i8 _- -.- 5 - 28 11.23t Construction Docmnents Review Meetings 1 12 5 0 3.200 Drawing/Spec production 2. 421 5 35-- $12.980 Bid and Award 1 4 8; 0 i 185" Constriction Adt111111STratiOn 2 25'1 15 10 8.510'. 10_. 154 46 ---_73_. .- 5205/hr $185fir $1551i1r $1151hr Compensation ___—_-- —._ S46,805 Estimated Expenses 1,500 Total Commusation+EXDCW4 These charts ore intenrded as estimates only.In effort to most effectively accomplish the work for each project,we may reallocate resources between phases. CITY OF PALM SPRINGS REVISED 08/21/2015 GUIDEPOST SOLUTIONS PAGE 1 GPS PROPOSAL PI5-LAX-013 Fee Proposal: Phase I continued PAYMENT&PRICING TERMS Guidepost Solutions LLC will submit a monthly invoice for completed work,including any reimbursable expenses.Invoices are payable 30 days after receipt of invoice. It payments are not received within 60 days,services may be suspended and Guidepost Solutions LLC will not be held responsible for any damages due to delays from such suspension. Guidepost Solutions LLC will perform the following tasks during this phase. SPECIAL REQUIREMENTS Guidepost Solutions LLC will require the following information,materials,and service at Owner's expense: w Access to and consultation with the Architect,other project related individuals and entities;including timely responses and decisions reasonably requested by Guidepost Solutions LLC. Access to written and graphic architectural,electrical,structural,mechanical and civil engineering plans and design specifications,and plans. Detailed information,as required,on additional Owner equipment for interface to other systems. Support of Owner's IT group for network coordination and connection to control equipment. ASSUMPTIONS&EXCLUSIONS Guidepost Solutions I.LC's services under this proposal are limited to those expressly specified. The following additional services may be desired or required,and,if performed at Owners direction,will be charged at Guidepost Solutions I.LC's standard rates as indicated in the attached Exhibit A,or at fees as mutually agreed. Changing or re-designing any project aspect or element previously submitted by Guidepost Solutions LLC in compliance with this proposal,or previously-approved by Owner,including but not limited to project description,scope,requirements,goals,equipment,capabilities,facilities,contractors,plans,or designs. Design or specification of building management systems(BMS)or control systems or any other system not expressly required by this proposal. Preparation of maintenance and operation manuals or as-built drawings will be the systems contractor's responsibility. raining or establishing training programs(to be performed by the systems contractor). System permits and approvals including Professional Engineering stamp. The system recommendations will be prepared in compliance with Owner's standards and direction in end user meetings,where the Owner Representative and Guidepost Solutions LLC will both be present. Design beyond what is shown on the approved and accepted drawings shall be subject to additional compensation. This proposal does not include electrical engineering of new circuits.if required,this work shall be performed by others.Guidepost Solutions LLC shall coordinate line voltage with the projects electrical engineer,where required by the system. This proposal does not include site utiity coordination,site utility surveys,vault investigation,or discovery of existing underground site utilities,unless specifically mentioned within the scope of services. This proposal does not include consl ruction permits or agency fees. this proposal does not include structural engineering. This proposal does not include fire alarm or audiovisual design. Site plans,if required,are for information purposes only.Unless otherwise noted in the scope of work above, design services for site areas are not included in this proposal. CITY OF PALM SPRINGS_REVISED 08/2L'2015 GUIDEPOST SOLUTION 5 PAGE 2 GPS PROPOSAL P15{AAx-013 Fee Proposal: Phase 1 continued This proposal assrunes all system drawings will be produced using AuroCAD.If RIM is selected as the drawing deliverable method,the drawings will be considered supplemental services and will be billable. This proposal includes submission of full-size electronic PDF drawings to the Owner for all deliverables. If phases beyond the above scope of work are required,additional service fees will also be required. Services are limited to buildings defined in the scope of work above.The inclusion of additional structures, buildings,doors,and/or all site work not previously defined in theabove scope of work will require additional fees. Reimbursable expenses will comply with Owner Standards. This Proposal and the prices quoted are valid for 120 days from the date of this Proposal. EXHIBIT A: HOURLY RATE SCHEDULE Nicolas Miller,Principal-in-Charge 205/hr Michael Nlola.Project Manage(PMI 185,!hi Ray Kolodzleczak,Subject Matter Expert(SMEI $185/hr Hung Diet, Pmlect Corndmator 155/1)1 Drafting 115/111 Drese rates are eva(unted armually.Rates are based on a project completion date of 01/29/2016.Any changes in project completion may result man increase in rates and total compensation, CITY OF PALM SPRINGS_REVISED 08,2112015 GUIDEPOST SOLUTIONS PAGE GPS PROPOSAL PI5-LAX-013 811 P EXHIBIT "E" SCHEDULE OF PERFORMANCE 821 i' 9 n O 3 Pmj r CPPS Security Syetem Design Services for City Facilit' iea asxms onnu 19 Poject AwadMol® to Proceed Pinata l P, Om, eNMb i i T 3 Eaeeutim of AfPsenwnt slm s ouetns I - 1 y m A9nemam Project Cumpletwn di win 111 A MPhiliztllon L21 Kickoff Mewling HiIM1 the City of Palm Spolps I T qEshibilish actual at project cdhrvl meeting delas mauls . 111, C it a 1An Vocumem causer Client RequeMMnLL from Ine Kickoff MBeMg into Ine M S_ Pme lConmunce" o Plan ere RISK ul OoW Meet in the e, i& ICALs, autl cnedn Lol, 0e me41a oY. tia t tr I o Klodiff Scheduleidul Ne Risk Repiam• d Issues, arltl Actions Log p Meellt+ q 5 n Uule vmms r _ i Scne I 0 rem 6W10 beDtl6 t EaM. rw Acwss cmvd Small Review azas, maa^ z I i Y Preeentaoon d Rental of altemahve Avocets COO Soutem, pj11e s t N W1N6 o limb e Via Assessment d Secumy Cell M, mdte am Review j Dabgn PovtlC( Mim111 al mcsis Wlata W% DIDMaMn Renew Memmg 11 1W% DD Dealgn Rwww Meedp min rmrls i a Conslmc4m Dmumenle mine mnvu W% CD Damgn Renew Memyq Horns moms 95% CD Map, Review Memirp Pull Lial Leaned d Ctnaaoul wxins morn Perltxm Phase f Site Surveys wttnb osnms I City Nall rvvna mnvu SIWSyslwm Asewesmani mvne mtvs Pollctr Station mom asrvu r L. SW3yslam AwsameM mans m+ tns City yarn vans moms 1 SrtNSycuiem Assessment lu . 111, mmm grnvta System Msign I Schematic Del morn morns New Nemaliva Sunmuawn mgvls mw s Meir Mvebprwnt minors innrs ._ W% DID Supm. al aamte 1W% DD Societe n e+ eru . 11, vT7 Cuma uction Ducoments mien mna a fA W% CD Svbmlebion mina pawls r y t { y loq% CO suomeean G) ConalNCgan Admlmebahch mVme atRY e 1 C mo Ba AneMis worms aoers r- 90 Pooecl Award elm+ wu l y InaNtlaeon arena to eye Fe isil mrzeu 111 P m Tnlninq on the Accasa Conbol Syalam Identify train,, mqurcmente for Ch, peicomel 1e esana b $ Pm.. cam, moderate an! wmcshold for Cry Pareamel 0 min. w W 0 ." I' ment Intern, as m 9 O T CoPS Security System Devon Sarrime for Cris F. 11Mas 01' haO Project Award uteri. to Proceed Phase 1 N y E Aon of Agre mart wn ny w x+ s Atm... Prcj Complel on 3 MolBliration ZKr Meeting will) the City of Fiyn Springs osp s Dents f 0 ospvo over s t 2 E61aD4ah ECIMeule W prgBCl cbticel meMvg dates y A Davmant clear Client Rapuirementa lrnn the Kckofl Mustang lnm ew I Pro act Communication Plan A Docamenbdenlifiad RISKS and CRITIC% Issues demified at lM osae+ s wdm lrf TA IoMe f Maisano n the Ron ReonMw& Isaues AM Actions Lop O o Meeting Schedule oxats moars l N m Scdleouruc Deagn NE+ isay Pcrsas Contd System Re.. ew C PweMllallon& RaNew of aXBmativo Access C ftcl Systems O SXa A9aesement& SaColltY Deag Wn OBV' NCpI110rIt RBwB o5' Ls OL+ Y. S e I~! 1 Review MeeU^ 9 wo 5 Y Deagn DBVBIOpmenl Wla 6 019111 50% M Dugn Renew Maminp m s mnv s tUD% DO OGSIgn RBvle' u Meehfg Dannuoch. DOcume' ds 0Iloic OaY1. a n Sox CO Dealgn Henew Meetlnq Damns cr.nu 95% W Design Renew Meebn9 Drams arnu• s Protect Lasaone Loomed& Closeout mints mauls Perform Phase 1 Site Surveys mans mans City Hall mans mu le j _ C Sitesystem Asaeesment wt ns wens T^ Potke Shaken minn mars SdalSYetam As, amen) City Yerd wlm anrs Site/ Syelam Meesemenl mnro mans Sysem Design asmv+ s a+ un I rllemaft Deayn 11 ., A Design Ranvive Subnnssion mw+ s moms D" n DereloP+' 9' n YAVts mans 50% DD Subrnswoo mmsn m"' S t00% OD Submisaan CmWuctlws Dpcumenb mwrs m xs ratan 050x CD Submiswm A''"" 15 1MCDSubmsskn mauls ems5 m Construction Administration morns ovaw+ e Gs Bitl AsaalSsa mints owxts ` G•. 8 C Protect Award cowls wars 4> O on InsMlletim mw+ s anene v 4 M Training on the Access Control SYstem moinr I,.: u IdeMiry" inino neofements for City pamonrel wame O Prepare unit" atWeaiels aM Wodshop for Cy, pa. nAl avtans my Implement toaritq wanna aMs II t Project Schedule continued COMMUNICATION Guidepost Solutions understands the importance of excellent communication flow and coordination.We area client focused organization that provides"excellence in fulfilling our commitment reliably,skillfully,and profitably."Experience has taught us that early identification of client communication needs, wants and requirements is critical to the successful delivery of a project. Communication channels are identified within the kickoff meeting and a formalized Communication Plan created and worked by the Guidepost Solutions team.Clearly defined communication channels ensure our clients are able to direct requests for information to a specific team member with designated responsibilities,ensuring swift efficient and direct communication with the Guidepost Sohnions team. Implementing a formalized Communication Plan will keep all client stakeholders informed of project progress and ensure a transparency of information,which is a key}actor in determining project success and ultimately client satisfaction. Regular project team coordination meetings will be conducted as part of the project delivery process as detailed within our proposal schedule.These meetings will be documented,ensuring that the City of Palm Springs is kept up-to-date on the project status,and aware of any delays,which may jeopardize meeting project milestones and affect the Project schedule. We can perform a schedule Critical Path Analysis proactively identifying[asks that may cause schedule slippage if they were to occur anal recommend a mitigating action to guarantee efficient delivery of the project.We can utilize this tool in our early communication plans to discuss the potential challenges and our mitigation strategies. Our goat is to provide clear,transparent channels of communication with the City of Palm Springs,CA. The Guidepost Solutions team will endeavor to respond to all communication requests in a timely manner in the format and frequency as identified in the Communication Plan. The Guidepost Solutions team will utilize Smartsheet,an interactive project delivery tool to provide project progress visibility with the City of Palm Springs represenlative(s). The Guidepost Solutions team will populate,update,and share important project delivery plans inclusive of a: Risk register Communication plan Issues and actions log A collaborative utilization of Smartsheet between the Guidepost Solutions team and the City of Palm Springs will support and enhance project performance and efficiencies-Smartsheet can also be used as a project repository for important project documentation and is an effective communication tool in its own right. QUALITY CONTROL the purpose of our quality control plan is to determine and document how we will implement processes for project quality control,quality assurance,and quality improvement. Our immediate application of quality control is the proper identification and placement of our project team. We have selected highly qualified professionals to provide exceptional services in the delivering of the security system design for the City of Palm Springs. CITY OF PALM SPRINGS REVISED 08/212015 GUIDEPOST SOLUTIGNS PAGE 23 GPS PROPOSAL#P15-LAX-013 85 1 1' Project Schedule continued Critical to Quality Control Of the project deliverables wilI be the firming up of dates for project meetings between the Guidepost Solutions team and City of Palm Springs representative(s)at the kickoff meeting. "The strategic placement of these meetings within the project schedule ensures that the City of Pal n Springs and the Guidepost Solutions team are collaborating closely throughout the project life. Furthermore pre-scheduled meetings act as measures and verification of the project delivery and ensure that the Guidepost Solutions team remain focused and on track to deliver meeting client requirements. Our quality control plan will include but not be restricted to the following processes: Risk management process: Risk management is an iterative process to be applied during the whole lifecycle of the project tasks in order to reflect their evolution and to verify implementation of the risk redaction actions.Risk is made up of two components: (1)the probability that the project will experience an undesired event such as cost overrun or schedule slippage,and(2)the consequence,impact or severity of the undesired event The Guidepost Solutions team will perform continual reviews of the schedule throughout the project lifecycle and record and communicate the risk register accordingly. Change control process:A"change"is defined as a variance from the originally defined project scope(work plan), schedule,or fees.Project changes are managed through Our project change control process.The project manager will proactively monitor the following areas on a weekly basis:the project objectives and deliverables defined in the work plan,the project schedule,and the project fees. Potential substantial changes to these items will be identified and reviewed by our project manager.If changes to these items are imminent,they will be documented by our project manager and communicated to the City of Palm Springs representative(s). Any changes will be formally approved by the City of Palm Springs before initiation. Issue management process: A project issue is defined as a question or problem that in order to be resolved, a decision must be made by our team,in coordination with a City of Palm Springs representative(s). Issues are closely related to risks, as they are often the result of an actual occurrence of an anticipated risk event. "therefore, our proactive risk management on this project should reduce project issues that occur. If a project issue is identified, it will be documented by our project manager and relayed to the City of Palm Springs represcntative(s).We will define and complete actions necessary fir closure for each project issue. The City of Palm Springs will have direct visibility within Smartsheet of the Risk Register,Change Log and Issues and Actions Log. CITY OF PALM SPRINGS REVISED 08,,21,:2015 GUIDEPOST SOLUTIONS PAGE 24 GPS PROPOSAL#P-LS-LAX-013 861P