Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
06125 - SYSTEMS INTEGRATION CORP POLICE VIDEO SURVEILLANCE CAMERA SYSTEM
Kathie Hart From: Dennis Graham Sent: Thursday, May 16, 2013 11:21 AM To: Kathie Hart Subject: RE: A6125 Systems Integration Corp (Closed Circuit Camera System, Repairs, Upgrades and Maintenance) Yes. (,� Captain Graham fib\ From: Kathie Hart Sent: Thursday, May 16, 2013 11:13 AM To: Dennis Graham Subject: A6125 Systems Integration Corp (Closed Circuit Camera System, Repairs, Upgrades and Maintenance) Dennis: Has the work been completed? OK to close agreement file? Kathie Hart CAIC Chief Deputy City Clerk City of Palm Springs ff(760)323-8206 3200 E. Tahquitz Canyon Way J(760)322-8332 Palm 5prings, CA 92262 IOKathie.Hart@Patm5pri�sCAw Please note that City Hall is open 8 a.m. to 6 p.m. Monday through Thursday,and closed on Fridays at this time. 1 ( AMENDMENT NO. 1 TO j CONTRACT SERVICES AGREEMENT POLICE VIDEO SURVEILLANCE CAMERA SYSTEM REPAIRS, UPGRADES, EXPANSION AND MAINTENANCE SERVICES (Agreement No. 6126) THIS FIRST AMENDMENT to the Contract Services Agreement No. 6125 for Police Video Surveillance Camera System Repairs, Upgrades, Expansion and Maintenance Services is made and entered into to be effective on the 24th day of May, 2012 by and between the City of Palm Springs, a California charter city and municipal corporation(hereinafter referred to as the City),and Systems Integration Corporation, (hereinafter referred to as the Contractor) (collectively, the "Parties"). RECITALS i A. City and Contractor previously entered into a contract services agreement for the police video surveillance camera system repairs, upgrades, expansion and maintenance services which was made and entered into on August 8,2011 (the"Agreement')in the amount notto exceed $218,799, inclusive of system installation and 5 years of maintenance after system commissioning. i 1 I B. Section 1.8,"Additional Services"allows for the City to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such work. C. City and Contractor desire to amend the Agreement to add two (2) surveillance cameras at the intersection of Tahquitz Canyon Way and Palm Canyon Drive for extended coverage as per the Systems Integration Proposal #4832 dated May 24, 2012 in an amount not-to-exceed $14,388.66 (copy included herein). NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the Parties agree as follows: AGREEMENT 1. Section 1.1 "Scope of Services" and Exhibit "A" are hereby amended as follows: "Add two (2) new PTZ surveillance cameras at the corner of Tahquitz Canyon Way and Palm Canyon Drive for extended coverage as per the Systems Integration Proposal*4382 dated May 24, 2012". 2. Section 2.1 "Compensation"and Exhibit"D" are hereby amended as follows: - - -"Addition of two (2) new PTZ surveillance cameras, inclusive of all labor, materials, equipment, service and warranty in the amount of$14,388.66, for an amended Maximum Contract Amount of $233,187.66". 3. Full Force and Effect. This modifying Amendment is supplemental to the Agreement and is by reference made part of said Agreement. All of the terms, conditions, and provisions, thereof, unless specifically modified herein,shall continue in full force and effect. In the event of any conflict or inconsistency between the provisions of this Amendment and any provisions of the Agreement, the provisions of this Amendment shall in all respects govern and control. 1 ORIGINAL BID AMOR AGREEMENT i 3. Comorate Authority. The persons executing this Amendment on behalf of the Parties hereto warrant that(1)such party is duly organized and existing, (ii)they are duly authorized to execute and deliver this Amendment on behalf of said party, (iii) by so executing this Amendment, such party is formally bound to the provisions of this Amendment,and(iv)the entering into this Amendment does not violate any provision of any other agreement to which said party is bound. [SIGNATURES ON NEXT PAGE) I 2 r <. t IN WITNESS WHEREOF, the parties have executed this Amendment as of the dates stated below. ATTEST- CITY OF PALM SPRINGS, mes Thompson, City Clerk David H. Ready, anager j Date: _ 04, 25 Zb 1 Z Date: APPROV S TO FORM: jt)A U-. 30 M ARtfA 9 or ^ — •0 �i1dcA yssfoN By 44c1n'o�la 9�Ar8 C A orney Date: AV "CONTRACTOR" Systems In gration Cf rp. Date: l 7 I Zd l By: 9&t1A1YAa— Kerr/y ow esident Date: 6 7 /ZO/ VA Ro Howard, Secretary/Treasurer APPROVED BY CITY COUNCIL aria ��,•�� at Ab�aS APPROVED BY CITY MANA ER 3 R f L'o[oraol0 i CIA ALL-PURPOSE ACKNOWLEDGMENT Slate Of OaNkr++iff Ci01prY,if.IO . County of 130t.414PY s On—CQ 1 . before me, "^'r er4 ireairmr personally appeared Woe Who Proved to me on the basis of saifsfaotory evidence to be the person(s)whose name(s) Ware subscribed to the within instrument and acknowledged to me that ` hefsheAhey executed the same in his/herRheir authorized i capacity(res), and that by hWhen'their sfgmRZI (s)on the instrurhenri tho parson(s)i or the army upon behalf of which the person(s)acted,m ecutad the fnsburnerft. I certify under PENALTY OF PERJURY under the laws LfUMiA K DE CURNOU of the State of California that the foregoing paragraph is �y Pobk true and correct Stdo Of COR"do WITNESS my h and official seat. My p»r►+i �'� a .hc Signatu i Pbca lSMary B�iaW.l', J/'� oPrroNAL Tra' tl;g in(ormafibrr be4yx is nor requkmd y+dmu If rney prow vukurfrls fc persons tuo*fr on fne dowmem amr WWd prevent rraudelenf re vat and r OMMhme0.+o;Vh Ion"fa a MM door�t Descriptlon of Aftaothed Document Title or Type of Document: VY - Dmmmlt Date: (A Signers)Other Than Named Abcva_ CapaClty(fas)Clatneed by Signer(s) Signer's Name:._. Signer'e Name:__ G InrGvidual _,.._.� 0#tdividual Y.Corporate Offcer—Tige(s): 'kvrporale Officer—Tdie(s):__,- r,7 Partner—0UmAecl ❑General Farber—pLimited QGeneral J Attorney in Fact ; Attorney in Fact CI Trustee murame lrustee ;rPa rI rruaNa twro Eel Guardian or Consemior ❑Guardian or Conservator t ❑ Othsr. 0 Other: i Signer Is Representing: Signer is Representing: . sonraewueMa,wcq M�a;�pP nsm4a�'Cu1ro.Fax 1-90DUYbaiz% mzavrxrmaxmmnuaaeuwvarwax senas�m�vxi.p .ea wssafm.. 4 Systems Integration Corp PPOE70SaI F971.West 4th Street S4itp F ,. - Beaumont,CA92x23 SY51'�l�E�S' " .Date Proposal#:: ?s1-945-3501 FAX-951-845-4889' INTEGRATION 5l2al2012 4832 .. c 0 R P. Name I Address "Ship To .. - . Patin Springs Police Department - - - . - - Description. •Qh' Cost. - Total fAd tyro new PTZ domes at Tahquuc&Palm Canyon Drive for additional coverage meramounted on pole with ewsnng camera to include PTZ dome,network switch I 4,723.65 .4,723,65T. interconnection,power'supply'and cables: . "- nera2vfountedon new pole :West ofNW&ratr. Includes PTZ dome,network radio, 1 5,697.00 5;697.00T ! Power supply eirclosure wall arm monist and cables. .- .. XPCODL - - 2 329.00 658.00T Milestone XProtect Corporate Device Channel Licgose ,.,,. Labor to install tlte.abovevi cameras and connect to existing network and server in PD. 28 1,960.00 Lift Rental 350.00 . . - 350.00T i i Subtotal -- SO 388.63 Phone#" F3x# Sales,Tax MIS%) s1,000.01 303-920.8800. 303-920-8844 . Total S14,388.66 i CONTRACT SERVICES AGREEMENT Police Video Surveillance Camera System Repairs,Upgrades,Expansion and Maintenance Services THIS CONTRACT SERVICES AGREEMENT( "Agreement') is entered into, and effective on Nif. 8 201 k between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, ("City") fikd Systems Integration Corporation, ("Contractor"). City and Contractor 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 repairs,upgrades, expansion and maintenance services for the Police Department security camera surveillance system network("Project'). B. Contractor has submitted to City a proposal.to provide repairs, upgrades, expansion and maintenance, services to City for the Project under the terms of this Agreement C. Contractor 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 Contractor to provide such services. In consideration of these promises and mutual obligations,covenants,and conditions,the Parties agree as follows:, AGREEMENT 1. SERVICES OF CONTRACTOR 1.1 Scone of Services. In compliance with all terms and conditions of this Agreement, Contractor agrees to perform the services set forth in the Scope of Services described 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, Contractor represents and warrants that Contractor is a provider of first class work and services and that Contractor is experienced in performing the Work and Services contemplated and,in light of such status and experience,Contractor covenants that it shall follow the highest standards in performing the Work and Services required in this Agreement For purposes of this Agreement, the phrase "highest standards" shall mean those standards of practice recognized as high quality among well- qualified and experienced contractors perforating 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 Contractor's signed, original proposal submitted to the City("Contractor's Proposal"),(collectively referred to as the"Contract Documents"). The City's Request for Proposals and the Contractor'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 Contractor's Proposal. All provisions of the Scope of Services, the City's Request for Proposals and the Contractor'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: (1)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, (0) the provisions of the Contractor's Proposal (Exhibit . "C"). 1.3 Comuliance with Law. Contractor 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. 1.4 Licenses,Permits.Fees.and Assessments. Contractor 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. Contractor represents and warrants to City that Contractor 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 Contractor to perform the Work and Services under this Agreement Contractor 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 Contractor's performance of the Work and Services required by this I ORIGINAL BID AND/OR AGREEMENT Agreement. Contractor 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, Contractor warrants that Contractor (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, Contractor warrants that Contractor 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 Contractor discover any latent or unknown conditions that will materially affect the performance of the Services, Contractor shall immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the City. 1.6 Care of Work Contractor 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. Contractor 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 Contractor,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 Contractor. Any increase in compensation of up to twenty-five percent(25%)of the Maximum Contract Amount of$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 Contractor 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, Contractor 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 Two Hundred Eighteen Thousand Seven Hundred Ninety Nine Dollars, ($218,799) ("Maximum Contract Amount"), except as may be provided under Section 1.8, 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 Contractor at all Project meetings reasonably deemed necessary by the City. Contractor shall not be entitled to any increase in the Maximum Contract Amount for attending these meetings. Contractor accepts the risk that the services identified in the Scope of Services may be more costly and/or time-consuming than Contractor anticipates, that Contractor 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 cty's payment obligation under this section is the amount specified in this Agreement. If the City's maximum payment obligation is reached before the Contractor's Services under this Agreement are completed, Contractor 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 Contractor wishes to receive payment, Contractor 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 Contractor 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 Contractor 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. �t� ti 2 23 Chances in Scone. 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 fir nished in accordance with generally accepted practice in Contractor's profession. 2A Apnrom lations. This Agreement is subject to and contingent upon fiords 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 Contractor is an essential condition of this Agreement. Contractor 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. Contractor 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 Contractor,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 Contractor(financial inability excepted)if Contractor, 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 of 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 conclusive upon the Parties to this Agreement. In no event shall Contractor be. entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement under this section 3A 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 one(1)year 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 Contractor thirty(30)days written notice. Where termination is due to the fault of Contractor 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 Contractor for Services performed through the date of termination Upon receipt of such notice, Contractor 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, Contractor shall have no fiuther claims against the City under this Agreement. Upon termination of the Agreement under this section, Contractor shall submit to the City an invoice for work and services performed prior to the date of termination. Contractor 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 Contractor may determine. 3 4. COORDINATION OF WORK 4.1 Representative of Contractor. The following principal of Contractor is designated as being the principal and representative of Contractor authorized to act in its behalf and make all decisions with respect to the Services to be performed under this Agreement:Rob Howard,General Manager. 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 the term of this activities of Contractor and devotingsufficient time to during Agreement for directing all personally supervise the services performed hereunder. The foregoing principal may not be changed by Contractor 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"). Contractor shall be responsible for keeping the Contract Officer fully informed of the progress of the performance of the services. Contractor 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 Against Subcontracting or Assignments. The experience,knowledge, capability, expertise, and reputation of Contractor, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Contractor 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. Contractor shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Contractor is permitted to subcontract any part of this Agreement by City, Contractor shall be responsible to City for the acts and omissions of its subcontractor(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 Contractor. City will deal directly with and will make all payments to Contractor. 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 Contractor,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 Contractor or any surety of Contractor from any liability under this Agreement without the express written consent of City. 4.4 Independent Contractor. The legal relationship between the Parties is that of an independent contractor, and nothing shall be deemed to make Contractor a City employee. A. During the performance of this Agreement, Contractor 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 Contractor shall at all times be under Contractor's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Contractor or any of its officers, employees, or agents, except as set forth in this Agreement. Contractor, 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 Contractor's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Contractor 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 Contractor in its business or otherwise a joint venturer or a member of any joint enterprise with Contractor. B. Contractor 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 Contractor, its officers, employees, or agents in connection with any performance under this Agreement. Except for fees paid to Contractor as provided for in this Agreement,City shall not pay salaries, wages, or other compensation to Contractor for the performance of Services under this.Agreement. City shall not be liable for compensation or indemnification to Contractor,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 Contractor's officers, employees, servants, representatives, subcontractors,or agents, Contractor shall indemnify 4 City for all such financial obligations. 5. INSURANCE 5.1 Types of Insurance. Contractor 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 Contractor's performance of Work under this Agreement, including Contractor'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 Contractor 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. Contractor 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. (*waived) Ge..._. __hall _btain__a w _ a „o efee liabilitY 0".ON—dersem—ent pmiid*&M the required 1 of the pehey shall apply sepamtely te elaims arising fie M fone.and effient At all times during the term efthis Agreemenh ead fee-a P) yeam fFem the " efthe Affeemeal� whielieiw is Wen In the event ofterminatieft ef the peHey during this peried3 new eeverage shall imm be obtained to ens"M Oeverage during the enfire eetme efperferming the S&m4ees under the team of-this A#Feenm#-. B. Workers' Compensation Insuranoe. Contractor 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. Contractor 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 Contractor has no employees, Contractor shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liww Insurance. Contractor 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. Contractor 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. 5 E. Emplover Liability Insurance. Contractor 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 Contractor 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 Contractor'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 Contractor under this Agreement: 5.3.1 For any claims related to this Agreement, Contractor'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 Contractor'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. 5.3.3 All insurance coverage and limits provided by Contractor 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 contaiued in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3A No required insurance coverages may include any limiting endorsement which substantially impairs the coverages set forth in this Agrcement_(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 Contractor 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 Contractor's obligation to ensure timely compliance with all insurance submittal requirements as provided in this Agreement. 5.3.6 Contractor agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor 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. Contractor 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 Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor doer it waive any rights in this or any otherinud. 5.3.8 Contractor 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 6 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 Contractor agrees to provide immediate notice to City of any claim or loss against Contractor 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 involve City, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Contractor agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages resulting from the Contractor's activities or the activities of any person or person for which the Contractor 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. Contractor 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 Contractor'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 ofPalm Springs, its officials, employees, and agents are named as an additional insured..."(as respects City Of Palm Springs Contract No._"or 'for any and all work performed with the City"may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have... ("as respects City of Palm Springs Contract No._" or'jor 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 W' 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. 7 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 Contractor's obligation to provide them. 6. INDEMNIFICATION 6.1 Indemnification and Reimbursement. To the fullest extent permitted by law,Contractor shall defend (at Contractor's sole cost and expense),indemnify,protect, and hold harmless City, its elected officials,officers,employees, agents,and volunteers(collectively the"Indemnified Patties"),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 (Contractor'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 Contractor,its officers, employees, representatives, and agents, that arise out of or relate to Contractor'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 Contractor's indemnification obligation or other liability under this Agreement. Contractor's indemnification 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 Design Professional Services Indemnification and Reimbursement. (*waived) If the gaernem is "designdeteFmined to be a pEefessimW sffyiees weemenn and GenvaeteF is a"&sign pmfessienaP -4— T-a the Mest extent peanitted by law-, GentEaeter shall indemeW, defend (at Geauseter's sole eest and expease),pretest and hold haEmiess City and its eleated effieials; effleefs, empleyess, agents and vehmwem and a] >. eiders Penalties (eelleetivelyF tims'�, including-but net kod Claims wising& m i 9.._a_ __death e9P.._.eBs � h m n.......stB. Agreement 04ademnified ,> agents and Velunteefs. under this Agmemeah to obtain,imumnee dat is eensisteal with the hisaFasee pf-evisiens �9 set well as any ether inswanee that may be Fequired by GentFeet Offleen 7. REPORTS AND RECORDS 7.1 Accounting Records. Contractor shall keep complete, accurate, and detailed accounts of all time, costs, expenses,and expenditures pertaining in any way to this Agreement. Contractor 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. Contractor 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. Contractor acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed under this 8 Agreement. For this reason, Contractor agrees that Contractor shall promptly notify the Contract Officer the estimated increased or decreased cost if Contractor 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 Contractor is providing design services, Contractor shall promptly notify the Contract Officer the estimated increased or decreased cost for the project being designed if Contractor 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 Contractor, 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. Contractor shall 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 Contractor will be at the City s sole risk and without liability to Contractor,and the City shall indemnify the Contractor for all resulting damages. Contractor may retain copies of such documents for their own use. Contractor shall have an unrestricted right to use the concepts embodied tin this Agreement. Contractor shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them. In the event Contractor falls to secure such assignment,Contractor shall indemnify City for all resulting damages. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Contractor in the performance of service's under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. Ali information gained by Contractor in the performance of this Agreement shall be considered confidential and shall not be released by Contractor 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,Contractor shall provide City,or other agents of City,such access to Contractor'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 Contractor's performance under this Agreement. Contractor 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. S. 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 Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common 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 Contractor. Contractor's failure to comply with any provision of this Agreement shall constitute a default. A. If the City Manager,or his designee,determines that Contractor is in default in the performance of any of the terms or conditions of this Agreement,he/she shall notify Contractor in writing of such default. Contractor shall have ten(10)days,or such longer period as City may designate,to cure the default by rendering satisfactory performance. In the event Contractor 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. Contractor 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 9 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 Contractor to fulfill its obligations under this Agreement, City may,after compliance with the provisions of Section 8.3A,take over the work and prosecute the same to completion by contract or otherwise. The Contractor 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 Contractor 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 Contractor shall not limit Contractor'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 Rights 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 Legal 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 injunetive.relieC 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 contractor 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-DISCRUd INATION 9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, 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 Contractor 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. Contractor warrants that Contractor 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 Against Discrimination. In connection with its performance under this Agreement,Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, or national origin. Contractor 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. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement To the fullest extent permissible under law,and in lieu of any other 10 warranty by City or Contractor against patent or copyright infringement,statutory or otherwise: A. It is agreed that Contractor shall defend at its expense any claim or suit against City on account of any allegation that any item famished 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"Contractor shall pay all costs and damages finally awarded in any such suit or claim, provided that Contractor is promptly notified in writing of the suitor claim and given authority,information and assistance at Contractor'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 Contractor. However Contractor 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 Contractor when it is such use in combination which infringes upon an existing U.S.letters patent or copyright. B. Contractor 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 Contractor's expense. Contractor shall not be obligated to indemnify City under any settlement that is made without Contractor'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, Contractor, 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, (n) 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 Contractor: Systems Integration Corporation 4699 Nautilus Coutt,Suite 205 Boulder,CO,80301 Attention:Rob Howard,General Manager Telephone:(303)920-8800 Facsimile:(303)920-8844 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, 10.4 Amendment. No amendments or other modifications of this Agreement shall be binding unless through written agreement by all Parties. 10.5 Severability. 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. 11 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 Senefrciary. Except as may be expressly provided for in this Agreement,nothing contained in this Agreement 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. 10.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth in this Agreement and each Party acknowledges and agrees that such Party is bound,for purposes of this Agreement,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 fomtally 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. 12 IN WITNESS WHEREOF,the Parties have-executed this Agreement as of the dates statedbelow. "ClIv, - City of Palm Springs Date: r��/Qg/ZO1 ) B y David H.Ready City Manager APPROVED BY CITY COUNCIL 't•h•�� 2't mar, , APPROVED AS TO FORM: ATTEST By ! � Douglas C.Holland,. James Thompson, City Attorney City Clerk APPROVED B1Y CITY COUNCIL: Date: Agreement No. Corporations require two notarized signatures. One signature must be from Chairman of Board,President,or any Vice President The second signiihm must be from the Secretary,Assistant Secretary,Treasures,Assistant Treasures,.or Chief Financial Officer. CONTRACTOR NAME: - V1 'AP4 C".. * Check one_Io wdual_Partnership/Corporation ` Ti S• '1T W:J ess - QBY By o o r/ Ssor'aPw.-y S' btstizecl) Signature(Notarized) r AJI Gard �?Dh fl���i �c�-e��lT,�as• , 13 My Commission Expires 06/30/2012 CA MMt MIA A L-PURPQ$E ACKNOWLEDGMENT State of Callor nia County Of on a. before me. Personally appeared. : "WeN MN pried to nre on go bask of salidbaWy yyel dencce too be the penscrKs)w opa nBnna(s)Ym0 N y W the Within instns»ent and admowiWow to me that h9Wx&ey easculad the Sarre M holwaYheir atldwrlaed aWadity(Ies),and diet by IrrsfirerAhek ia(s)on ft Instrument the penaon(s), or the entry upon behalf of which the pen3on(s)aped,maecubed the inetrunwtt. I oerdly under PENALTY of PERJURY under the laws Of ate Shft of California that the WSWVg pmsgraph Is true and correct, WITNESS my hand and otlktial a". «�r.r�re.r are. t3lg Wwre OPTIOMY AL nocpr+aheF�r eneses.r,nrmWssnaXr c.maaeh tatisatitopatmotrsliftansaraowm.0 endaadilprermi haedurent esrhoral a nd reearewsd d/4b bmi to s roewr doomrant Dasorlptan of Amsohad Documroru Me or'lype of Doot ment Documen t Drae: Number at:P Signer(a)Otirar Than flamed Abom OWWRY(Ift)ClahIled 4Y tdgnsr(s) .- . .. aware Name Sigrrers IJarne:` " O InclMduai ❑Individual O CorpombOnioer—Ttle(sY ❑CoroorafsOMoer—ThWsY O farther—O Umfled 0 General ❑Partner—p gated O General In Pea 01hmLee lbpdmwtb ❑Trustee dd►eaerw. O Guarden or Conservator ,❑Quar0 or Conservmtor Q Otter O`Otimr•:' ,t ftner Is Represerkirg: Signer Is Representing: - emrwrairrbrryawo0fursrsUa9eow..r+aeu,4n¢wrr.uac�marseue..bbiue�armrraq wry rladecaruonee4lORd64a9 14 EXHIBIT "A" SCOPE OF SERVICES Contractor shall provide all engineering, installation, modifications, additions, and other services necessary to repair, replace, upgrade, and install necessary equipment to make fully operational, test, commission and maintain an existing video surveillance network, and; install, make fully operational, test, and maintain new state-of-the-art wireless network video surveillance cameras and monitors linked to existing surveillance camera network. Except for existing materials provided by the City, the contractor shall provide all necessary supplies, materials and equipment necessary to repair and upgrade and install the video surveillance network including: transition existing wired system to wireless where possible; transition existing analog image cameras to digital image where possible, replace existing analog image cameras with digital image cameras, and/or install new cameras and monitors. Contractor shall install the wireless network in accordance with the engineered path study, site plans and communications system-commissioning plan submitted by Contractor to City as part of Contractor's final proposal to be filed with the City. Contractor's services hereunder for the repair and modification of an existing video surveillance network and installation of new video surveillance cameras and wireless connectivity to the existing network shall enable the remote monitoring of areas within range of the cameras for criminal activity by the Palm Springs Police Department. The system shall link 14 existing remote cameras and forty-two (42) existing jail cameras, and up to six (6) new remote cameras to the Communications Center at the Palm Springs Police Department located at 200 South Civic Drive Palm Springs, CA; provide live feed from cameras to police patron cars; provide live feed from cameras to the Patrol Sergeants' Office and the Patrol Lieutenants' Office at the Palm Springs Police Department, and; record all locations (*with the exception of the Jail that is currently not operating at full capacity, where only 19 of the cameras require recording at this time). Locations of the existing surveillance cameras and new cameras to be linked are identified in Attachments D1& D2. Video feed from each camera shall be displayed in the Communications Center, patrol cars, and in the Patrol Sergeants and Patrol Lieutenants Offices. l7eeds transmitted to the Communications Center shall be recorded in a.form that shall allow playback (through Microsoft media player or Apple Quick time) and archiving. Pan/tilt/zoom controls for each camera shall be operable from the Communication Center, and from the Sergeants and Lieutenants Offices at the Police Department. Camera control commands and video feeds from the cameras shall be transmitted wirelessly. The wireless network video surveillance system must operate continuously 24 hours per day, seven days per week. The system shall have sufficient capacity to transmit video at a minimum rate of 30 frames per second simultaneously from all cameras. The transmission system shall allow real-time pan/tilt/zoom control of all cameras. Prior to acceptance of the wireless network video surveillance system by the City, complete system as- buiits must be delivered to the Police Department. Contractor shall also provide a separate as-built showing all equipment installed on the Hyatt Regency Suites Hotel. This separate as-built shall identify all equipment installed on the Hyatt Regency Suites Hotel, shall indicate the hourly power consumption of all such equipment and shall include a calculation of the total hourly power consumption for all installed equipment. 15 For the Contract Sum as specified in the Agreement and within the times set forth Contractor shall provide all services and equipment set forth below: • - Nine (9) cameras shall be replaced in the downtown area and connected via wireless links routed through a communications site located on the roof of the Hyatt Regency Suites Hotel, 285 N. Palm Canyon Drive, Palm Springs, to the Police Department Communications Center, 200 South Civic Drive, Palm Springs. • Contractor shall, at all times in the performance of services under this agreement, abide by the terms and conditions of the right-of-entry agreement between the City and the Hyatt Regency Suites Hotel. • One(1)camera shall be replaced at the Palm Springs Public Library and connected to the Police Department Communications Center via a wireless link. • Two (2) cameras shall be replaced at Palm Springs City Hall and connected to the Police Department Communications Center via fiber optic multiplexer utilizing existing City-owned fiber. • One (1) camera shall be replaced at the Police Department and connected to the Police Department Communications Center via a direct cable run. • One (1) camera shall be replaced on the Police Department Communications Tower and connected to,the Communications Center via a direct cable run. • One (1) new camera shall be installed on an existing pole or structure to be determined at the Palm Springs Skate Park in Sunrise Park and connected to the Police Department Communications Center via a wireless link. The City shall provide power to the existing pole or structure to be utilized for camera mounting. • One (1) new camera shall be installed on an existing pole or structure to be determined at the Intersection of North Palm Canyon Drive and Via Lola and connected via wireless links routed through a communications site located on the roof of the Hyatt Regency Suites Hotel, 285 N. Palm Canyon Drive, Palm Springs, to the Police Department Communications Center, 200 South Civic Drive, Palm Springs. The City shall provide power to the existing pole or structure to be utilized for the camera mounting. • One (1) new camera shall be installed on an existing pole or structure at the Intersection of North Palm Canyon Drive and Vista Chino and connected via wireless links routed through a communications site located on the roof of the Hyatt Regency Suites Hotel, 285 N. Palm Canyon Drive, Palm Springs, to the Police Department Communications Center, 200 South Civic Drive, Palm Springs. The City shall provide power to the existing pole or structure to be utilized for the camera mounting. *Note that this camera is on Cal Trans property and the City is responsible for obtaining their approval • One (1) new camera shall be installed on an existing pole or structure at the Intersection of State Highway 111 and Tramway Road and connected via wireless links routed through a communications site located on the roof of the Hyatt Regency Suites Hotel, 285 N. Palm Canyon Drive, Palm Springs, to the Police Department Communications Center, 200 South Civic Drive, Palm Springs. The City shall provide power to the existing pole or structure to be utilized for the camera mounting. *Note that this camera is on Cal Trans property and the City is responsible for obtaining their approval. One new camera shall be installed on existing pole or structure at the intersection of North Palm Canyon Drive and North/South Via Las Palmas and connected via wireless links routed through a communications site located on the roof of the Hyatt Regency Suites Hotel, 285 N. Palm Canyon Drive, Palm Springs, to the Police Department Communications Center, 200 South Civic Drive, Palm Springs. The City shall provide power to the existing pole or structure to be utilized for the camera mounting. • One new camera shall be installed on existing pole or structure at the intersection of North Palm Canyon Drive and El Alameda and connected via wireless links routed through a communications site located on the roof of the Hyatt Regency Suites Hotel, 285 N. Palm 16 Canyon Drive, Palm Springs, to the Police Department Communications Center, 200 South Civic Drive, Palm Springs. The City shall provide power to the existing pole or structure to be utilized for the camera mounting. • Forty-two (42) existing jail cameras shall be repaired/modified at the Police Department and connected to the Police Department Communications Center via a direct cable run. Only 19 of these cameras shall be recorded due to the current reduced jail operations. • All the camera feeds shall be directed to the Communications Center in the Palm Springs Police Department. Incoming feeds shall be displayed on 2 wall-mounted 46" flat panel monitors that shall be split to display individual camera feeds). At each dispatch station (4 in number) an additional 14" monitor and camera controls shall be located. Dispatchers shall be able to capture a feed from any camera and display it on their 14" monitor and shall have pan/tiltlzoom control of each camera. All the camera feeds shall be directed to the Patrol Sergeants' Office in the Palm Springs Police Department. Incoming feeds shall be displayed on a wall-mounted flat panel monitor that shall be split to display individual camera feeds. Sergeants shall be able to capture a feed from any camera and display it on the monitor and shall have pan/tilt/zoom control of each camera. • All the camera feeds shall be directed to the Patrol Lieutenants' Office in the Palm Springs Police Department. Incoming feeds shall be displayed on a wall-mounted flat panel monitor that shall be split to display individual camera feeds. Sergeants shall be able to capture a feed from any camera and display it on the monitor and shall have pan/tilt/zoom control of each camera. • All the camera feeds shall be directed to Mobile Data Computer terminals mounted in Palm Springs Police Department patrol cars. Incoming feeds shall be displayed on "laptop" style data terminals in sixty(60) patrol cars. • The Contractor represents and warrants that the wireless network video camera system and equipment shall be equipped with video management system software that can be programmed to disable the viewing capacity of the surveillance cameras where the cameras pass a private area, and that such system and equipment can be programmed with assurance to display a blank monitor screen for any such private areas. + All camera feeds shall be recorded as they arrive in the Communications Center on recording devices provided by the Contractor. Two recordings shall be made from each camera feed. The first recording shall be a captured on a digital recording device. The digital recording device shall have sufficient storage capacity to capture 30fps for 365 days of feeds from all cameras("except the Jail, where only 19 require recording at this time). The second recording device shall be a digital tape device recording all camera feeds onto a RAID type server, with equipment available to copy stored recordings onto permanent storage media (compact disc and/or DVD). • Contractor shall relocate the equipment currently housed in a Police Interview room on the main level to the equipment room adjacent to the Dispatch Center for all incoming camera signals. In addition, the camera signals will then be routed to the server room in the basement, where the new camera servers will be housed. • The equipment to be installed must operate in variable weather conditions from 200 to 1300 Fahrenheit with rooftop temperatures reaching 1600 and wind conditions which reach 100 MPH gusts. Rain shall not interfere with the operations of the system. • When needed, traffic control shall be the responsibility of the City. The Contractor shall contact the City's Contract Administrator at least 2 days in advance to arrange such traffic control. • System components must be compliant with applicable FCC guidelines. • Contractor shall further implement an adequate and reliable methodology for testing compliance with the City's performance criteria. All test results must be documented with a copy provided to the City. Independent tests may be conducted by the City to validate the contractor's test information. • Contractor shall not interfere with City's emergency response operations at the City's Police Department in performing the services hereunder. Contractor further agrees to abide by all 17 rules of City or requests by authorized City personnel regarding the location and manner where Contractors' vehicles may be parked at the City's facilities. • Contractor shall perform the services herein in a clean and professional manner and shall remove any debris, trash, equipment and other items in and around the job sites at the end of each day when services are performed hereunder. Upon completion of Contractor's services hereunder, Contractor shall restore the City facility to a good and clean condition and repair any damages caused to such facilities by Contractor's employees, agents or representatives. • All installed equipment shall be "Field Hardened"to insure operability and durability. £xistina Eauioment One (1) Peloo Model CM9760 32x32 control/video matrix installed in the Communications Center; four (4) Peloo Model CM9760 KBD keyboard controllers installed at dispatch stations in the Communications Center; one (1) Peloo CM9760-CDU-T code distribution unit installed in the Communications Center, four (4) Peloo PMCS 14A 14" monitors installed at dispatch stations in the Communications Center, four (4) Peloo cages installed at City designated locations; one (1) Peloo DX9016H digital video recorder installed in the Communications Center, one (1) Peloo DX9221HDD storage disk array; one (1) Peloo MX4016CD multiplexer, 16 channel, color, duplex; one (1) Peloo TLR2168S time lapse video cassette recorder, S-video; one (1)Peloo RM200 rack mount; four(4)Sony KV27V42Gray 27" monitors for split screen display of video signals in the Communications Center, four (4) Lucasey SDCM2030 monitor mounts for the 27 monitors; miscellaneous mounting devices. Fourteen (14) Peloo #C-SD5BC22HCPE1 Specter Dome w/protective cages. Brand names are for reference only. Brand names or equal are acceptable, subject to the approval of the City. It is proposed that the above equipment be modified to digital wireless connectivity where applicable or be replaced by new equipment with similar system capabilities. If in the event any existing camera equipment cannot be modified to digital wireless capability then the minimum standard for any new camera equipment installed is that it must be compatible with Sony 360 Pan Tilt Zoom cameras with 36x zoom capability. Existina Camera Locations 'Reference Attachment D 1 $21 1. Palm Springs Public Library(Sunrise Stadium)—one (1) 2. Palm Springs City Hall (Front door&West door)-two (2) 3. Palm Springs Police Department(Front door)—one (1) 4. Palm Springs Police Department Communications Tower-one (1) 5. Palm Springs Police Department-forty-two (42) 6. South Palm Canyon Drive and Baristo Road -one (1) 7. South Palm Canyon Drive &Ramon Road - one (1) 8. South Palm Canyon Drive &Arenas Road - one (1) 9. Indian Canyon Drive and Tahquitz Canyon Way-one (1) 10. Palm Canyon Drive and Tahquitz Canyon Way-one(1) 11. North Indian Canyon Drive and Andreas Road-one (1) 12. North Palm Canyon Drive and Andreas Road -one (1) 13. North Palm Canyon Drive and Alejo Road-one(1) 14. North Palm Canyon Drive and Amado Road - one (1) Locations for 6 New Cameras (Reference Attachment D 1 &21 1. Palm Springs Skate Park—one (1) 2. North Palm Canyon Drive and Vista Chino Road one(1) 3. North Palm Canyon Drive and Via Lola - one (1) 4. North Palm Canyon Drive and Via Las Palmas—one (1) is 5. North Palm Canyon Drive and El Alameda—one (1) 6. North Highway 111 and Tramview Road - one (1) Training: The Contractor shall provide two training sessions for Police Department communications staff. This training shall include a minimum of six hours of training in the use of the pan/tilt/zoom capabilities of the wireless network video surveillance cameras. The training sessions shall be scheduled with the Department Communications and Records Manager and shall be staggered to accommodate the shift schedules of the Communications Center employees. The scope of the training shall be sufficient to teach the proper operation of the wireless network video surveillance camera system including camera operation, video switching/capture of video signal to individual dispatch stations, and operational procedures related to recording and storage of video data. The cost for all training is to be include in the total Cost Proposal. Contractor shall provide training from time-to-time for new employees in conjunction with wireless network video surveillance system. Warranty For all equipment provided by Contractor, Contractor warrants all products for a period of not less than one (1) year from the date of acceptance of the project by the City. The warranty shall include all parts and all labor. Any equipment found to be defective shall be replaced by Contractor 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. Post Warranty On-Site Service: At the end of the warranty period the Contractor shall provide five (5) years of ongoing on-site service and support for the surveillance camera system. The rates for such on-site service and support shall be at the prices and rates set forth in the Schedule of Compensation, Exhibit D, for next business day service; emergency/after-hours service, weekends and holiday service. The post warranty service period shall commence upon the expiration of the first one (1) year original warranty. 19 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS CITY OF PALM SPRINGS, CA REQUEST FOR PROPOSALS (RFP) #06-11 POLICE VIDEO SURVEILLANCE CAMERA SYSTEM REPAIRS, UPGRADES, EXPANSION AND MAINTENANCE SERVICES Proposals in response to.this RFP #06A1 to repair, rribifify and upgrade an existing video surveillance network and furnish and install new video survelflanee cameras and wireless connectivity to the existing network that will enable the remote monitoring of iarfts within range of the cameras for criminal activity by the Palm Springs Police Department will be rived at the Office of Procurement & Contracting, 3200 East Tahquitz Canyon Way, Palm Springs,. California, until 3:06 P.M. LOCAL TIME, WEDNESDAY, FEBRUARY 9, 2011. It is the responsibility of the Proposer 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 Procurdment Office will be the governing time for acceptability of RFP proposals. Telegraphic, telephonic, or other electronic transmission of proposals will not be accepted. Late proposals will be returned unopened. Failure to register for 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. Faitur'e to acknowledge Addenda may rider your proposal as non-responsive. We strop advise that interested firms officially register per the instructions. 1. PURPOSE AND SCHEDULE: The City of Palm Springs has received grant funds to upgrade anT expa axis ng we eo surve�anve c�rn�ra sysein" crier fo en artce pil - saTiy--- facilitating improved crime prevention observation and response capabilities at certain City locations, including the central business corridor on North and South Palm Canyon Drive, North and South Indian Canyon Drive, Palm Springs City Hall, Palm Springs Police Department and Sunrise Park. As such, the City is requesting proposals from qualified firms to analyze the locations In order to upgrade or replace existing cameras; instsllfmount.new cameras and monitors; upgrade or replace, and integrate all necessary harc)ware and softw ere; and, upgrade, replace, and install existing or new Ethernet or wired connectivity. to the system Integrator located at the Palm Springs Police Department Communications Center. The proposed. improvements will provide enhanced video surveillance capabilities and interoonnectivity from the field elements to the Communications Center system integrator. The City's goal is to have a reliable and consistent video surveillance system that uses latest technology that will enhance public safety, including police and Fire Department response, and enhance staff efficiency through remote monitoring. The Project is made possible by funding through a Federal Department of Justice Grant Award (2009- SB-B9-2611 ARRA JAG), as well as other sources. NOTE: Due to the nature of this project based on the scope of work defined herein and as approved by the US Department of Justice administering the grant funds, Prevailing Wage, Small Business, Disadvantage Business Enterprise (DBE) and Local Preference requirements are NOT applicable. There is no construction of any kind in the scope of this project. SCHEDULE: Notice Request For Proposals posted and issued .............................Thursday, January 6, 2011 Mandatory Pre-Proposal Conference .......................Thursday, January 13, 2011 at 9:00 am Deadline for receipt of Questions.................................Tuesday, February 1, 2011, 3:00 P.M. Deadline for receipt of Proposals........................... Wednesday, February 9, 2011, 3:00 P.M. Short Lisf/Interviews ('7f desired by City) ..........................................................to be determined 20 Contract awarded by City Council...................................................................... to be determined *Dates above are subject to change "KEY" TO RFP ATTACHMENTS: ATTACHMENT "A"- Signature Authorization Form. *Must be completed and included with Technical Proposal envelope. ATTACHMENT "B" — Non Collusion Affidavit Form. *Must be completed and included with Technical Proposal envelope. ATTACHMENT "C" — Cost Proposal Form. *Must be completed and included in a separately sealed envelope—do NOT include this with your Technical Proposal. ATTACHMENT "D"—Two Site Maps, D-1 and D-2 (for reference only) ATTACHMENT "E"—Sample boilerplate Contract Services Agreement (for reference only) 2. BACKGROUND: The primary goal of the surveillance system is to enhance the Police Department's ability to prevent and reduce crime from occurring in the City of Palm Springs. The existing video surveillance camera network consisting of 14 remote cameras and 42 jail cameras was installed approximately 8 years ago. With wear, tear and advancements in technology, the surveillance camera system network is now in need of repair, modification and upgrade. The Police Department has been awarded a Department of Justice Grant to assist with the funding of the project and has developed the minimum specifications contained herein to meet their requirements. 3. SCOPE OF WORK, SERVICES, OBJECTIVES AND SPECIFICATIONS: Contractor shall provide all engineering, installation, modifications, additions, and other services necessary to repair, upgrade, install necessary equipment to make fully operational, test, commission and maintain an existing video surveillance network, and; install, make fully operational, test, and maintain new state-of-the-art wireless network video surveillance cameras and monitors linked to existing surveillance camera network. Except for existing materials provided by the City, the contractor shall provide all necessary supplies, materials and equipment necessary to repair and upgrade and install the video surveillance network including: transition existing wired system to wireless where possible; transition existing analog image cameras to digital image where possible, replace existing analog image cameras with digital image cameras, and/or install new cameras and monitors. Contractor shall install the wireless network in accordance with.the engineered path study, site plans and communications system-commissioning plan submitted by Contractor to City as part of Contractor's final proposal to be filed with the City. Contractor's services hereunder for the repair and modification of an existing video surveillance network and installation of new video surveillance cameras and wireless connectivity to the existing network shall enable the remote monitoring of areas within range of the cameras for criminal activity by the Palm Springs Police Department. The system shall link 14 existing remote cameras and forty-two (42) existing jail cameras, and up to six (6) new remote cameras to the Communications Center at the Palm Springs Police Department located at 200 South Civic Drive Palm Springs, CA; provide live feed from cameras to police patrol cars; provide live feed from cameras to the Patrol Sergeants' Office and the Patrol Lieutenants' Office at the Palm Springs Police Department, and; record all locations (locations of the ,existing surveillance cameras and new cameras to be linked are identified in Attachments D1& 132). Locations for additional new cameras are proposed but not yet approved or finalized, and are subject to change. Video feed from each camera shall be displayed in the Communications Center, patrol cars, and in the Patrol Sergeants and Patrol Lieutenants Offices. Feeds transmitted to the Communications Center shall be recorded in a form that shall allow playback (through Microsoft media player or Apple Quick time) and archiving. Pan/tilt/zoom controls for each camera shall be operable from the Communication Center, and from the Sergeants and Lieutenants 21 Offices at the Police Department. Camera control commands and video feeds from the cameras shall be transmitted wirelessly. The wireless network video surveillance system must operate continuously 24 hours per day, seven days per week. The system shall have sufficient capacity to transmit video at a minimum rate of 30 frames per second simultaneously from all cameras. The transmission system shall allow teal-time pan/tilt/zoom control of all cameras. Prior to acceptance of the wireless network video surveillance system by the City, complete system as- builts must be delivered to the Police Department. Contractor shall also provide a separate as-built showing all equipment installed on the Hyatt Regency Suites Hotel. This separate as-built shall identify all equipment installed on the Hyatt Regency Suites Hotel, shall indicate the hourly power consumption of all such equipment and shall include a calculation of the total hourly power consumption for all installed equipment. For the Contract Sum as specked in the Agreement and within the times set forth Contractor shall provide all services and equipment set forth below: • Nine (9) cameras shall be repaired/modified in the downtown area and connected via wireless links routed through a communications site located on the roof of the Hyatt Regency Suites Hotel, 285 N. Palm Canyon Drive, Palm Springs, to the Police Department Communications Center, 200 South Civic Drive, Palm Springs. • Contractor shall, at all times in the performance of services under this agreement, abide by the terms and conditions of the right-of-entry agreement between the City and the Hyatt Regency Suites Hotel • One (1) camera shall be repaired/modified at the Palm Springs Public Library and connected to the Police Department Communications Center via a wireless link. • Two (2) cameras shall be repaired/modified at Palm Springs City Hall and connected to the Police Department Communications Center via fiber optic multiplexer utilizing existing City- owned fiber. • One (1) camera shall be repaired/modified at the Police Department and connected to the Police Department Communications Center via a direct cable run. • One (1) camera shall be repaired/modified on the Police Department Communications Tower and connected to the Communications Center via a direct cable run. • One (1) new camera shall be installed.on an existing pole or structure to be determined at the Palm Springs Skate Park in Sunrise Park and connected to the Police Department -Communications Center via a wireless link. The City shall provide power to the existing pole or structure to be utilized for camera mounting. • One (1) new camera shall be installed on an existing pole or structure to be determined at the Intersection of North Palm Canyon Drive and Via Lola and connected via wireless links routed through a communications site located on the roof of the Hyatt Regency Suites Hotel, 285 N. Palm Canyon Drive, Palm Springs, to the Police Department Communications Center, 200 South Civic Drive, Palm Springs. The City shall provide power to the existing pole or structure. to be utilized for the camera mounting. • One (1) new camera shall be installed on an existing pole or structure at the Intersection of North Palm Canyon Drive and Vista Chino and connected via wireless links routed through a communications site located on the roof of the Hyatt Regency Suites Hotel, 285 N. Palm Canyon Drive, Palm Springs, to the Police Department Communications Center, 200 South Civic Drive, Palm Springs. The City shall provide power to the existing pole or structure to be utilized for the camera mounting. *Note that this camera is on Cal Trans property and is pending their approval and is subject to change. 22 • One (1) new camera shall be installed on an existing pole or structure at the Intersection of State Highway 111 and Tramway Road and connected via wireless links routed through a communications site located on the roof of the Hyatt Regency Suites Hotel, 285 N. Palm Canyon Drive, Palm Springs, to the Police Department Communications Center, 200 South Civic Drive, Palm Springs. The City shall provide power to the existing pole or structure to be utilized for the camera mounting. "Note that this camera is on Cal Trans property and is pending their approval and is subject to change. • One new camera shall be installed on existing pole or structure at the intersection of North Palm Canyon Drive and North/South Via Las Palmas and connected via wireless links routed through a communications site located on the roof of the Hyatt Regency Suites Hotel, 285 N. Palm Canyon Drive, Palm Springs, to the Police Department Communications Center, 200 South Civic Drive, Palm Springs. The City shall provide power to the existing pole or structure to be utilized for the camera mounting. • One new camera shall be installed on existing pole or structure at the intersection of North Palm Canyon Drive and El Alameda and connected via wireless links routed through a communications site located on the roof of the Hyatt Regency Suites Hotel, 285 N. Palm Canyon Drive, Palm Springs, to the Police Department Communications Center, 200 South Civic Drive, Palm Springs. The City shall provide power to the existing pole or structure to be utilized for the camera mounting. • Forty-two (42) existing jail cameras shall be repaired/modified at the Police Department and connected to the Police Department Communications Center via a direct cable run. • All the camera feeds shall be directed to the Communications Center in the Palm Springs Police Department Incoming feeds shall be displayed on 2 wall-mounted 46" flat panel monitors that shall be split to display individual camera feeds). At each dispatch station (4 in number) an additional 14" monitor and camera controls shall be located. Dispatchers shall be able to capture a feed from any camera and display it on their 14" monitor and shall have pan/tilt/zoom control of each camera. • All the camera feeds shall be directed to the Patrol Sergeants' Office in the Palm Springs Police Department. Incoming feeds shall be displayed on a wall-mounted flat panel monitor that shall be split to display individual camera feeds. Sergeants shall be able to capture a feed from any camera and display it on the monitor and shall have pan/tilt/zoom control of each camera. • All the camera feeds shall be directed to the Patrol Lieutenants' Office in the Palm Springs Police Department. Incoming feeds shall be displayed on a wall-mounted flat panel monitor that shall be split to display individual camera feeds. Sergeants shall be able to capture a feed from any camera and display it on the monitor and shall have pan/tilt/zoom control of each camera. • All the camera feeds shall be directed to Mobile Data Computer terminals mounted in Palm Springs Police Department patrol cars. Incoming feeds shall be displayed on "laptop" style data terminals in sixty(60) patrol cars. • The Contractor represents and warrants that the wireless network video camera system and equipment shall be equipped with video management system software that can be programmed to disable the viewing capacity of the surveillance cameras where the cameras pass a private area, and that such system and equipment can be programmed with assurance to display a blank monitor screen for any such private areas. • All camera feeds shall be recorded as they arrive in the Communications Center on recording devices provided by the Contractor. Two recordings shaft be made from each camera feed. The first recording shall be a captured on a digital recording device. The digital recording device shall have sufficient storage capacity to capture 30 days of feeds from 16 cameras. The second recording device shall be a digital tape device recording all camera feeds onto a RAID type server, with equipment available to copy stored recordings onto permanent storage media (compact disc and/or DVD). • The equipment to be installed must operate in variable weather conditions from 200 to 1300 Fahrenheit with rooftop temperatures reaching 1600 and wind conditions which reach 100 MPH 23 gusts. Rain shall not interfere with the operations of the system. • When needed, traffic control shall be the responsibility of the City. The Contractor shall contact the City's Contract Administrator at least 2 days in advance to arrange such traffic control. • System components must be compliant with applicable FCC guidelines. • Contractor shall further implement an adequate and reliable methodology for testing compliance with the City's performance criteria. All test results must be documented with a copy provided to the City. Independent tests may be conducted by the City to validate the contractor's test information. • Contractor shall not interfere with City's emergency response operations at the City's Police Department in performing the services hereunder. Contractor further agrees to abide by all rules of City or requests by authorized City personnel regarding the location and manner where Contractors' vehicles may be parked at the City's facilities. • Contractor shall perform the services herein in a clean and professional manner and shall remove any debris, trash, equipment and other items in and around the job sites at the end of each day when services are performed hereunder. Upon completion of Contractor's services hereunder, Contractor shall restore the City facility to a good and clean condition and repair any damages caused to such facilities by Contractor's employees, agents or representatives. • All installed equipment shall be "Field Hardened"to insure operability and durability. Existing Eauiament One (1) Pelco Model CM9760 32x32 control/video matrix installed in the Communications Center, four (4) Pelco Model CM9760 KBD keyboard controllers installed at dispatch stations in the Communications Center, one (1) Pelco CM9760-CDU-T code distribution unit installed in the Communications Center; four (4) Pelco PMCS 14A 14" monitors installed at dispatch stations in the Communications Center, four (4) Pelco cages installed at City designated locations; one (1) Pelco DX9016H digital video recorder installed in the Communications Center, one (1) Pelco, DX9221HDD storage disk array; one (1) Pelco MX4016CD multiplexer, 16 channel, color, duplex; one (1) Pelco TLR2168S time lapse video cassette recorder, S-video; one (1) Pelco RM200 rack mount; four(4)Sony KV27V42Gray 27" monitors for split screen display of video signals in the Communications Center, four (4) Lucasey SDCM2030 monitor mounts for the 27" monitors; miscellaneous mounting devices. Fourteen(14) Pelco#C-SD5BC22HCPE1 Specter Dome w/protective cages. It is proposed that the above equipment be modified to digital wireless connectivity where applicable or be replaced by new equipment with similar system capabilities. If in the event any existing camera equipment cannot be modified to digital wireless capability then the minimum standard for any new camera equipment installed is that it must be compatible with Sony 360 Pan Tilt Zoom cameras with 36x zoom capability. Existing Camera Locations (Reference Attachment D 1 &.2 15. Palm Springs Public Library(Sunrise Stadium)—one (1) 16.Palm Springs City Hall (Front door&West door)—two (2) 17. Palm Springs Police Department(Front door)—one (1) 18. Palm Springs Police Department Communications Tower-one (1) 19. Palm Springs Police Department-forty-two (42) 20. South Palm Canyon Drive and Baristo Road -one (1) 21.South Palm Canyon Drive & Ramon Road -one(1) 22. South Palm Canyon Drive &Arenas Road - one (1) 23. Indian Canyon Drive and Tahquitz Canyon Way-one (1) 24. Palm Canyon Drive and Tahquitz Canyon Way-one (1) 25. North Indian Canyon Drive and Andreas Road - one (1) 24 26. North Palm Canyon Drive and Andreas Road -one (1) 27.North Palm Canyon Drive and Alejo Road -one (1) 28. North Palm Canyon Drive and Amado Road -one (1) Proposed Locations for New Cameras (Reference Attachment D 1 &2) *These locations are all pending approval and are subject to change. 1. Palm Springs Skate Park—one (1) 2. North Palm Canyon Drive and Vista Chino Road—one (1) 3. North Palm Canyon Drive and Via Lola -one (1) 4. North Highway 111 and Tramview Road - one(1) 5. Additional camera locations yet to be determined—two (2) Training: The Contractor shall provide two training sessions for Police Department communications staff. This training shall include a minimum of six hours of training in the use of the pan/tilt/zoom capabilities of the wireless network video surveillance cameras. The training sessions shall be scheduled with the Department Communications and Records Manager and shall be staggered to accommodate the shift schedules of the Communications Center employees. The scope of the training shall be sufficient to teach the proper operation of the wireless network video surveillance camera system including camera operation, video switching/capture of video signal to individual dispatch stations, and operational procedures related to recording and storage of video data. The cost for all training is to be included in the total Cost Proposal. Contractor shall provide training from time-to-time for new employees in conjunction with wireless network video surveillance system. Warrantv: For all equipment provided by Contractor, Contractor warrants all products for a period of not less than one (1) year from the date of acceptance of the project by the City. The warranty shall include all parts and all labor. Any equipment found to be defective shall be replaced by Contractor 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. Post Warranty On-Site Service: At the end of the warranty period the Contractor shall provide five (5) years of ongoing on-site service and support for the surveillance camera system. The rates for such on-site service and support shall be at the prices and rates set forth in the Cost Proposal, Exhibit C, for next business day service; emergency/after-hours service, weekends and holiday service. The post warranty service period shall commence upon the expiration of the first one (1)year original warranty. 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 materials, equipment, required tasks and subtasks, personnel commitments, man-hours, labor, direct and indirect costs, etc. The City of Palm Springs will not 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. 25 4. 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. 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 submittals must be prepared as if the evaluation committee has no knowledge of the firm, their qualifications or past projects. 5. 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 services and equipment 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 materials, equipment and labor necessary to fully execute and provide a turn-key solution for the requested Scope of Work(30 POINTS) D. Detailed Project Schedule, including equipment lead-time, installation, testing and system commissioning (15 POINTS) E. Cost Proposal (30 POINTS) 6. 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 % X 11 format, may be no more than a total of forty(40) sheets of saner(double sided is OK), 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 Proposal do NOT count toward the 40 sheets of paper limit. Interested firms shall submit SIX (6) copies (one marked "Orlainal" plus five copies) of its proposal by the deadline. All proposals shall be sealed within one package and be clearly marked, "RFP #06-11, REQUESTS FOR PROPOSALS FOR POLICE VIDEO SURVEILLANCE CAMERA SYSTEM REPAIRS, UPGRADES EXPANSION AND MAINTENANCE SERVICES". IMPORTANT NOTE: THE SEALED PACKAGE MUST CONTAIN YOUR COMPLETED ATTACHMENTS "A" AND "B', WITH AN "ORIGINAL" PLUS 5 COPIES (TOTAL OF 6) OF THE TECHNICAL PROPOSAL: AND IN A SEPERATELY SEALED ENVELOPE AN "ORIGINAL" AND 5 COPIES (TOTAL OF 6) OF THE COST PROPOSAL (ATTACHMENT "C"). DO NOT INCLUDE YOUR COST PROPOSAL, OR ANY REFERENCE TO COST, WITHIN YOUR TECHNICAL PROPOSAL. 26 Proposals that do not follow the instructions may be found to be non-responsive and may be rejected. 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. TECHNICAL PROPOSAL; The Technical Proposal shall be clearly marked and shall include the Sections A, B, C, and D 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. A.2 Describe the firm's background and qualifications in the type of effort 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 design, equipment installation, integration, testing and maintenance 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. 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. 8.3 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: 27 WORK PROPOSAL C.1 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 necessary materials, detailed proposed equipment list, and all labor (work plan) necessary to fully execute and provide a tum-key solution, including on going maintenance, for the requested 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, as well as . equipment lead-time, installation, testing and system commissioning. 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. COST PROPOSAL; The Cost Proposal shall be clearly marked in a separately sealed envelope and shall include Section E below: SECTION E: COST PROPOSAL (*see instrvcfions in Section 6 above and Attachment "C") E.1 The cost proposal (in a separate sealed envelope) shall be a LUMP SUM amount for providing all materials, equipment, labor and any direct or indirect costs speed in the Scope of Work. The proposer shall also indicate separately on this Cost Proposal form the annual system maintenance support cost for a 5-year horizon, which must be available at a minimum response time of next business day. 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. 7. 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, WEDNESDAY, FEBRUARY 9, 2011. 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 by 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 Division of Procurement and Contracting 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Attn: Craig Gladders, C.P.M., Procurement& Contracting Manager 28 PLEASE NOTE THAT PALM SPRINGS CITY HALL IS CLOSED EVERY FRIDAY DUE TO THE CURRENT FURLOUGH PROGRAM, AND THEREFORE IS NOT ABLE TO ACCEPT, TIME OR DATE STAMP ANY PROPOSALS ON FRIDAYS (OR WEEKENDS AND HOLIDAYS). PLEASE TAKE THIS INTO CONSIDERATION WHEN DELIVERING A PROPOSAL BY THE DUE DATE AND TIME AS DEFINED IN THIS DOCUMENT. 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 any 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. Any questions, technical or otherwise, pertaining to this RFP must be submitted IN WRITING ONLY and directed ONLY to: Craig Gladders, C.P.M. Procurement&Contracting Manager 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 via EMAIL: Crain.GladdersP-DaimsDrinasca.aov or via FAX (760) 323-8238 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, TUESDAY, FEBRUARY 1, 2011. 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 A through E 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. The term of the agreement that is awarded as a result of this RFP shall be in effect for six(6)years; the first year for completion of the repairs, upgrades expansion and initial warranty/service period and; five years for ongoing service and maintenance beyond the initial warranty/service period. 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 29 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. PUBLIC RECORDS: 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, may be made public after the review process has been completed, negotiations have concluded and a recommendation for award has been officially agendized for City Council consideration, and/or following award of contract to a specific firm, if any, by the City Council 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. 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". 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. SIGNED PROPOSAL AND EXCEPTIONS: Submission of a signed proposal (see Attachment "A") 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, including all Addenda, Exhibits, Attachments and sample agreements. 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. Attachment "D" — 1 image follows on the next page: 30 kr A is, RINE it, A_1 -A- A A" Sa" 'A16 Xft 1�1111' 1�'� Ott 7- qg T zk'� tl -�T �'45011 MEW& ow IN i a MOORE OWN Aviv: Al- T4 I= p �A gy., cat ....... ww VMS; v NMI ............. ...a kz-� 0, LOP ATTACHMENT "D" - 2 Trem Way Rd a M 1.Palm Canyonrrram Way Rd 2.Patin COnyonAtism Chino Vista.Chkro &Palm CanyoNVia Lola 4.Patin CarryorVAIgo Rd &Palm CanyordAmedo Rd 6.Palm CanyrotdAndreas Rd 7.Palm CanyordTahquitzCanyon CR 8.Palm CanyoNArenas Rd 9.Palm CanyonfRamon Rd 10.ha8eo Canyonfrahquitz Canyon 11.Indian CanyoNMd[ess Rd 12.CCCi�y Hall Banta #2 Via Lola 14. tlepe ee6pen�Poke 1&LmrmySunrbePark I&Skate Park Alejo Rd Amado Rd 12 Andrew Rd11 ArWr�s Rd � ■ Trlm C1r^ 10 Tahquitz Cyn TatoftQfn Cr Arenas Rd ® a Arenas Rd 14 Poke DWWWM* Badsto Rd Bmisto Rd FFFi���y� C 16 . Ramon Rd ' � A Ramon Rd . 32 REQUEST FOR PROPOSAL (RFP 06-11) FOR POLICE VIDEO SURVEILLANCE CAMERA SYSTEM REPAIRS, UPGRADES, EXPANSION AND MAINTENANCE SERVICES 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 WILL CONDUCT A MANDATORY SITE VISIT OF THE CAMERA SYSTEM BACKBONE INSIDE THE CITY POLICE HEADQUARTERS, "SPIDER SHACK", AND THE ROOF OF THE HYATT HOTEL. ATTENDANCE IS REQUIRED AND IS LIMITED TO ONLY THOSE FIRMS THAT ATTENDED AND SUBMITTED A SIGN-IN SHEET FOR THE MANDATORY .PRE-PROPOSAL CONFERENCE HELD ON JANUARY 13. WE WILL CONVENE PROMPTLY AT 10:OOAM ON WEDNESDAY, JANUARY 19, 2011 IN THE POLICE TRAINING CENTER CONFERENCE ROOM 101(C) AND BEGIN THE TOUR FROM THERE. DUE TO THE SECURE AREAS OF THE POLICE HEADQUARTERS FACILITY, LATE ARRIVALS WILL NOT BE PERMITTED TO JOIN THE TOUR ONCE WE HAVE ENTERED THE SECURE POLICE HEADQUARTERS BUILDING AND WILL NOT BW ALLOWED TO SUBMITT A PROPOSAL IN RESPONSE TO THIS.RFP PROCESS. PLEASE ALLOW AT LEAST 2 HOURS FOR THE SITE TOUR. FAILURE OF A PROPOSER TO ATTEND THE BACKBONE SITE VISIT TOUR SHALL RESULT IN REJECTION OF ANY PROPOSAL SUBMITTED AND INELIGIBILITY FOR AWARD OF ANY CONTRACT RESULTING FROM THIS RFP PROCESS. CLARIFICATIONS/REVISIONS OF RFP DOCUMENT: 1) The total page count is 37 pages, not 39. There is no page 38 or 39 in the original RFP document as published. 2) The requirement of a Performance Bond for this project is hereby waived. 3) The contractor shall possess a valid C-7 or C-10 Contractor license at the time of submitting proposals. 4)A list of the firms that attended the mandatory pre-proposal conference is attached hereto. 5) On page 6 of the document, the specification bullet point below shall be stricken: a A And shall be replaced with: • "Restore recolw"a capability(365 days) for Forty-two (42) existing jail cameras connected to the Police Department Communications Center via a direct cable run. This may require repair, modification, or replacement of existing recording equipment. The recorded video will need to be in a format that is industry standard and capable of being viewed from Microsoft Media player or Apple QuickTrme media players. The recordings will also need to be accessible from the Dispatch, Watch Commander and patrol commanders offices." 33 6) On page 7 of the RFP document, in the section titled "Existing Equipment", the last sentence of the second paragraph is revised as follows: "lf in the event any existing camera equipment cannot be modified to digital wireless capability then the minimum standard for any new camera equipment installed is that it must be eempatWe{vith comparable to (brand name or equal) Sony 360 Pan Tilt Zoom cameras with 36x zoom capability." 7) On page 8 of the RFP document, in the section titled "Proposed Locations for new Cameras", item #5 is revised as follows: `Additional camera locations yet to be determined in adjacent to the Las Palmas neighborhood along North Palm Canyon Drive —two (2)" 8) Additional Statement to further clarify Section 3, "Scope of Work, Services, Objectives and Specifications" (starting on page4): "The City of Palm Springs Police Department is essentially looking to replace or convert the existing downtown camera system to a digital solution that allows us the ability to display within dispatch, patrol commanders office, and patrol cars the live or recorded video,feeds from any of the cameras on the system. The city will need these cameras to have the ability to pan, tilt and zoom through controls that are located in dispatch as well as the watch commander's ottrce. The solution needs to archive their video to a server that has the capacity to store 365 days of video for retrieval from any workstation granted access. These videos need to be stored in a format that is viewable through the Microsoft Media player, Apple Quicklime or comparable industry standard video viewer The Jail camera system will require a recording solution that will store and have the ability to retrieve 365 days of active video from the 42 cameras that we have located in the jail. This storage server will also need to store the video in an industry standard format that is viewable from the Microsoft Media player, Apple Quicklime or comparable industry standard video viewer." BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement&Contracting Manager DATE: January 13, 2011 RFP 06-11 POLICE VIDEO SURVEILLANCE CAMERA SYSTEM REPAIRS,UPGRADES,EXPANSION AND MAINTENANCE SERVICES MANDATORY PRE-PROPOSAL CONFERENCE ATTENDEES fin alphabetical order* Blue Violet Networks Capture Technology,Inc. Cel Plan Technologies,Inc. Com-Sec Incorporated 34 Desert Alarm,Inc. Ingersoll Rand Security Technologies Intellicom USA,Inc. Leverage Information Systems Loss Prevention Systems,Inc. Metro Video Systems,Inc. Personalized Security Services Premier Security,Inc. SDA Security Simplex Grinnell Sipovac Construction,Inc. Systems Integration Corp. TMCI,Inc. TNT—Telecom Networks Technologies,Inc. W.B.Walton Electric West Beach Systems,Inc. REQUEST FOR PROPOSAL (RFP 06-11) FOR POLICE VIDEO SURVEILLANCE CAMERA SYSTEM REPAIRS, UPGRADES, EXPANSION AND MAINTENANCE SERVICES 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. CLARIFICATIONS/CORRECTIONS/REVISIONS TO RFP DOCUMENT: 1) On page 3 of the RFP document under 1)"Purpose and Schedule, in the second paragraph the following sentence shall be deleted: NOTE: Due to the RatuFe of this pFqeGt based on the seeps of weFk defined heFeqn and as 35 appileable. and replaced with: NOTE: Due to the nature of this project based on the scope of work defined herein and as approved by the US Department of Justice administering the grant funds Prevailing Wage L§ applicable and required (per CA Labor Code 1720 (a)(1), however, Small Business, Disadvantage Business Enterprise (DBE)and Local Preference requirements are NOT applicable. 2) A copy of the "As Builts" document that was distributed at the mandatory backbone site tour is hereby attached for your reference. 3) A list of the firms that attended both the mandatory pre-proposal conference and the mandatory backbone site tour is attached hereto. These are the firms that are authorized to submit proposals in response to this RFP. Pursuant to the RFP documents, the City will not accept proposals from firms that are not on this list. The City has received the following questions and is hereby providing answers thereto: RESPONSES FROM THE CITY TO QUESTIONS RECEIVED IN WRITING TO DATE: Q 1: Do you.currently use wireless router to transmit any of the existing cameras to transmit video to Hyatt hotel roof top? a. If YES, please provide type of transmitter/receiver specifications currently using? b. If YES, do you wish to the bid proposal to use same transmitters?This will optimize video traffic functionality between transmitters/receivers throughout P.S. A 1: No we do not. The cameras are transmitted from their origination point, wirelessly to the rooftop and fed to the PD via fiber/copper combination. We do not have any routers installed in the camera solution. Q 2: Is the camera at Library/State Park transmitted wirelessly? a. If YES, what type of matte and model of transmitter and receiver?Again, I'm trying to optimize video traffic functionality between transmitters/receivers throughout P.S. b. If NOT, where does the wire terminate, from the camera poll? A 2: Yes it is transmitted wirelessly. We do not know the transmitter type or model number. Q 3: Are the cameras at City Hall transmitted wirelessly to SPPD? a. If YES, what type of make and model of transmitter and receiver? Again, I'm trying to optimize video traffic functionality between transmitters/receivers throughout P.S. b. If NOT, are the cameras hard wired via coax cable to a Digital Video Recorder? If yes, the recorder need to be replaced to communicate with new system at PSPD system. A 3: No, the cameras are transmitted from City hall to the PD via two strands of phone line from a 25, 50 or 100 pair line pull that was done for city phone services. Q 4: Will Palm Springs provide network connectivity for all viewing and recording locations within the PD to support the jail cameras, and cameras located off site? A 4: Palm Springs will connect its current network to the newly created video network so that Police users listed on the RFP can access the video feeds and archive server. 36 Q 5: If there is an existing network that the video will transverse, does the network support UDP Multi-cast traffic? A 5: There is fiber optic/Ethernet infrastructure from the old video system. The vendor will have to create the network they require; to accept the feeds from the existing cameras and it can be configured to accept UDP muiticast traffic. it will be separate from the city network and will have to be routed in so as to not overburden the city's data network. Q 6: Does the existing network have the ability to support the additional bandwidth of 42 jail cameras and up to 14 remote cameras assuming the network traffic will be UDP Multi-cast and each stream require 1Mbps. A 6: The video network will be separate from the city data network. The two will need to be connected via router. Q 7: How is the Fiber terminated at the Hyatt Regency Suites? Is there a Fiber patch panel that presents a connection point? A 7: Via patch panel. This was seen on the walk through. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement&Contracting Manager DATE: January 19, 2011 REQUEST FOR PROPOSAL (RFP 06-11) FOR POLICE VIDEO SURVEILLANCE CAMERA SYSTEM REPAIRS, UPGRADES, EXPANSION AND MAINTENANCE SERVICES ADDENDUM NO.3 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS ANDiOR 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: RESPONSES FROM THE CITY TO QUESTIONS RECEIVED IN WRITING TO DATE: Q 1: Are the cameras at City Hall and Library connected to POE switch or DVR with IP address that is linked back to SPFD? A 1: The cameras are connected through two wires taken off of a 25 or 50 pair cable run that goes from City Hall to the Police Department equipment room behind the Dispatch Center.. We do not 37 have the specifications on the camera, but doubt that they are IP cameras as IP cameras were not the standard at the time and are not used anywhere else in the installation. Q 2: 1 noticed during our site survey on 1/19/2011, some of the cameras in the Police Department inside lobby, outside bathrooms were in old housing and brackets. a. Are cameras in Police Department inside lobby, outside bathrooms, hallways in your video network now? A.2(a) No b. Are they working? A.2 (b) No c. Will they be replaced? A.2(c) No d. Do you want to add them to this RFP? A.2 (d)The only cameras at the PD included in this RFP are the ones noted in Bullets 5&6 in the RFP document. Bullet 5 is the camera outside the entrance door to the Police Station Lobby. Bullet 6 is the camera on the Department Communications Tower. Q 3: Will you be using the existing UPS units in the Communication Center server room? A 3: Our recommendation is to replace the UPS units in the server room as the units there are several years old. Q 4: What make and model are the existing UPS units? A 4:APC Smart-UPS 1500 and a Direct UPS Model VESTA PRO 1000 Q 5: Regarding the wall behind the TVs in dispatch, is the wall strong enough to hold the brackets for the large Monitors? a. Will we need to add a back drop panel to support the wall brackets? A 5: The City is still investigating this issue and will provide a response in the next Addenda. Q 6: Are the Spider shack, Police Department and the city hall all on the same network? A 6: Yes. We will connect to the Video server through a second NIC installed for the purpose of viewing the video streams or stored video from the offices listed in the specifications. Video data will not be transmitted across the city network accept when retrieved through the second nic on the video server. Q 7: What are the specifications on the computer running the remote client (software viewer/command station)? A 7.• The exact system to be used has not yet been decided, however the specs will be a Dell Optiplex with 2+GB Ram, 80+GB Hdd, 2.5+GB processor running Windows XP SP3 or Windows 7. Q 8: Can the redundant storage consist of a network storage system instead of an entire 2na recorder? a. For instance, we can install an inexpensive network PC filled with 10TB of storage and dump the data to that nightly instead of installing a second DVR to record the same images which doubles the cost. A 8: There would not be a problem dumping the data to a 2nd PC nightly, however there must be a removable media to offske the stored video recordings such as an external USB drive. Q 9: How many users will be logged into the DVRs concurrently? 38 A 9: There will be six (6) concurrent users. 4 in Dispatch, 1 in Sergeant's office, and 1 in Lieutenant's office. Q 10: If some existing equipment were to be reutilized to minimize a vendors cost would it be an expectation to warranty those components that are being reused the same as the warranty on any new system components? A 10: Yes, all components used from the previous installation as well as new equipment must be included in the warranty. Q 11: On the original specification page 5, paragraph 2, it outlines the system's ability to "transmit" video at 30 fps 24 hours a day and 7 days a week. On Addendum #1, item #8 it references "capacity to store 365 days of video". As these are two separate functions of a system is it acceptable to "store" video at a lesser frame rate (example: 7.5, 10, or 15 fps per camera) to minimize storage requirements and help comply with the estimated project budget? A 11: The spec#cation wants the camera to have the ability to capture 301ps and store in 301ps as well. (301ps is recognized by the industry as the lowest frame rate that can be used while still maintaining acceptable video playback quality) Q 12: Are there any abnormal work hour requirements or considerations for this project? A 12. Work performed at the Hyatt Hotel terminal site must be scheduled in advance per agreement with management of the Hyatt Hotel. It is possible that some other work such as intersection cameras may have to be scheduled outside normal work hour requirements in order to access areas of high activity. Q 13: if proposing vendors opt to replace wireless devices downtown will there be any special permits required or any expected costs for traffic management? Also If this were something that a vendor is considering are there particular hours that this scope of work would have to be performed in? A 13. The City is still investigating this issue and will provide a response in the next Addenda. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L.Gladders, C.P.M. Procurement&Contracting Manager DATE: January 27, 2011 REQUEST FOR PROPOSALS (RFP 06-11) FOR POLICE VIDEO SURVEILLANCE CAMERA SYSTEM REPAIRS, UPGRADES, EXPANSION AND MAINTENANCE SERVICES ADDENDUM NO. 4 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. 39 The City has received the following questions and is hereby providing answers thereto. Q 1: (Formerly Question#5 from Addendum No. 3) (a) Regarding the wall behind the TV's in dispatch, is the wall strong enough to hold the brackets for the large Monitors? (b)Will we need to add a back drop panel to support the wall brackets? A.1 (a & b) The City shall be responsible for making the existing wall strong enough to support the brackets and monitors. Q 2: (Formerly Question#13 from Addendum #3): If proposing vendors opt to replace wireless devices downtown will there be any special permits required or any expected costs for traffic management? Also if this were something that a vendor is considering are there particular hours that this scope of work would have to be performed in? A 2: Pursuant to page 13 of the RFP document, the successful vendor is required to obtain a City business license. To the best of our knowledge there are no other special special permits required and no anticipated costs for traffic management. In the event a street closure is necessary, the vendor would be required to notify the Police Department for coordination with the Cfty's Traffic Engineering Department on scheduling and operation specifics. There are no anticipated restrictions on work hours because there is no construction In the scope of work and no noise is anticipated. Work performed at the transmitter site at the Hyatt Hotel must be scheduled through the Hotel's Facilities Management Department. Vendors should refer to Palm Springs Municipal Ordinances 11.74.010 through 11.74.054 Noise,and 8.04.220 Limitation on Hours of Construction for further details. Q 3: Page 7 of the RFP has a listing of"Existing Equipment". Associated with the DX9000 series DVR (which is listed here), there should be one or more "Viewing Stations" in the existing system (something like DX9100VS or DX9200VS). (a) Are there current viewing stations available at the police station that are not listed? A.3 (a) No. (b)Are they still in use? A.3(b) Yes when cameras are operable. Q 4: As for the current monitors and back-end solution, can the City provide some kind of connection diagram between the monitors,multiplexer, matrix switches and DVR? A 4: The city does not have a diagram of this configuration and will require the vendor to create this should they need It for their installation. Q 5: The city will provide a fiber cable between the downtown Hyatt rooftop and City Campus. (a) Can the city confirm this? AX (a) There is an existing multfmode fiber connection In place currently that is for the downtown cameras. This same cable can be used when the selected vendor either replaces or repairs the existing downtown camera system. (b)Where will the fiber cable be terminated, at the police, City Hall or other location? A.5 (b) The fiber Is terminated on the top of the Hyatt Hotel and In the city radio tower building known as the "spider shack"located at the Police Department.. (c) If the fiber terminates at other than police, how can we connect from that other location to the police, will City provide fiber or Ethernet cable?Will City provide any router/media converters at these locations?AX(c) The fiber Is terminated at the city radio tower building and is connected to the dispatch utility room via 25 or 50 pair punch down. There is also an 800'Ethernet run. With media extenders these lines can be used for transmitting up to 54MB's. (d) Is it correct that this video network shall be completely separate from the Citys data network?A.5(d) No. (e)Is it correct that this video network shall be completely separate from the Citys data network?A.5(e) Yes, with the exception of a second network Interface card installed into the video server to allow the city network machines access to the stored video as well as stream live video feeds from the video network. Q 6: (a) What cabling is available to the vendor between the police sever and the shelter next to the police communications tower? AX (a) There is the existing 25 or 50 pair phone line as well as an Ethernet drop that extends to 800'. Because of the distance an Ethernet extender is required to use the Ethernet cable. (b)Will the City provide at least an Ethernet run, or is this also the vendor's responsibility?AX(b)Already exists as described above. (c) Is there conduit available for pulling new cabling? A.6(c) There is a path with conduit 40 available. (d) Will the distance be less than 300 ft between the shelter and the server room within the police station?AX(d) No, as described above. Q 7:Will the City provide any switches!routers for the camera and/or viewing network at any of the locations? A 7: No. Q 8: At the police station, one display wall with 2 x 46'flat panel monitors is requested per the RFP. (a)Who will need to provide the work station to drive the monitors? A.8(a) The vendor (b) Who will provide the connection to the server?A.8(b) The vendor. Q 9: At the police station, 4x dispatch stations are mentioned (with additional 14' monitor). (a) Is it assumed that existing work stations are utilized and that only a new monitor would be added to the station?A.9(a) Yes (b)Will these stations provide for additional graphics interface to drive the added monitor?A.9(b) To be displayed from their current monitors through the second NIC placed into the video server so that city network stations can view live or recorded video from the video network. (c)Or is the vendor supposed to provide new work stations at four additional locations? A.9(c)No, the city will use the existing workstations and view through the servers second NIC. (d) Who will provide the network connectivity to the server? A.9 (co The city will provide a second NIC to Install into the server for city hall network connectivity. (a) If existing work stations are used, what are the specifications of the current stations? A.9 (e) The current workstations In Dispatch have the following specifications.- Dell OpdPlex 755 Processor. Intel Core 2 Duo CPU E6550 @ 2.33GHz RAM:2048MB HD: 74.4GB OS: W"Pro SP3 Q 10: Addendum 1 requests recording for 365 days for 42 jail cameras. On the other hand, the original RFP document mentioned recording only for 16 channels for 30 days. Also, per the RFP, only a single 16channel DVR(reported not to be functional)was originally installed. (a)What is the final requirement for the City in regards to recording? A.10 (a) We are requiring recording for all cameras (downtown and jail) for 365 days. (b) Does it need to include all cameras (jail and other)? A.10 (b) Yes— all cameras. (c) Does it need to be 365 days, 30 days, or something else? A.10 (c) We need to be able to record and maintain our recordings for 365 days. (d)What frame rate? A.10(a)No less than 30fps. Q 11: We visited the library site, but were not able to locate a current camera there, nor a current wireless transmitter. (a) Where is the current camera located? A.11 (a) On a pole located at Sunrise Stadium, in Sunrise Park, directly across the parking lot to the east from the Library entrance. (b) And where is the current transmitter located? A.11 (b) On the camera pole. (c) Can a picture or map, or at least description be provided?A.11(c)No picture or map, but location description provided above. Q 12: Based on our verification, the current type Peloo PTZ camera (as listed in RFP) is a color-only camera with quite poor low-light sensitivity (relative to typical current models in the market today). in this current day, this camera would not be considered suitable for an outdoor application such as this one. Still, this would not be a testament to Pelco as a brand but more to the specific model that is currently deployed. Could you please clarify N the City of Palm Springs has some concerns about Peloo in general for PTZ cameras? A.12 (a) No concern about, or specific preference for, Peloo products. We recommend the vendor use the best camera available, within the budget, that meets the specifications for the project. (b) We are asking this also because Sony is mentioned specifically for replacement cameras. A.12 (b) Sony is an industry recognized brand name and Is welcome as a considered product for this project, however as mentioned above, we recommend that the vendor use the best camera available, within the budget, that meets the specirrcadons for the project. Q 13: Sony is specifically mentioned for replacement cameras, with a reference to 36X optical zoom. We have two questions.Although Sony is one of the leading vendors for PTZ cameras, most comparable products from the market leaders, such as Axis and Peloo, would feature 35X optical zoom, instead of 36X for the Sony. (a)Can this 41 (i.e. 35X zoom) be considered "comparable"? A.13 fa) Yes, as long as the functions meet the required specifications for performance and warranty. (b) Secondly, since the budget is limited in this project, can vendors offer different options for the PTZ camera(both"comparable"and'not comparable")as a way to propose an overall best optimized plan for the City of Palm. Springs (including of course the pros and cons of various options)? (b) 71he City is requesting that each vendor submit their best(single) proposal that meets the requirements and specifications set forth in the RFP documents. The word"comparable"means that the product offered meets the specifications. The phrase "not comparable"means that the product offered does NOT meet the specifleadons as set forth in the documents,and therefore would NOT be acceptable. The ter reserves the exclusive right to make the flnel determination as to whether any product offered/s "comparable", or acceptable, to meet the specifications. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L,Gladders, C.P.M. Procurement&Contracting Manager DATE: February 02, 2011 42 EICMIT `°C", CONTRACTOR'S PROPOSAL '"included on the jogowingpages 43 Design,Ire Wation,Implementation,Monageruent d service Network/Data,Communications,security,Life safety 4699 Wutiluus Court s suite 205 Boulder,CO 80301 (303)920-8800 Fax(303)920-8844 CITY OF PALM SPRINGS REQUEST FOR PROPOSALS FOR Police Camera System Repairs, Upgrades and Maintenance Services (RFP 06-11) SUBMITTED February 9, 2011 Contact: Rob Howard General Manager • ATTACHMENT"A" *THIS FORM MUST BE COMPLETED AND SUBMITTED,WITH YOUR TECHNICAL PROPOSAL* REQUESTS FOR PROPOSALS (RFP)#06-11 POLICE VIDEO SURVEILLANCE CAMERA SYSTEM REPAIRS, UPGRADES, EXPANSION AND MAINTENANCE SERVICES SIGNATURE AUTHORIZATION NAME OF COMPANY(PROPOSER): Systems Integration Corp. BUSINESS ADDRESS: 4699 Nautilus Ct. Suite 205 Boulder, CO 80301 TELEPHONE:303-920-8800 CELL PHONE 720-490-6199 FAX 303-9.20-8844 CONTACT PERSON Rob Howard EMAILADDRESS*robh@integrationeorp.com 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 mysetf/this company in a contract should I be successful in my proposal Rob Howard, General Manager PRINTED N E AND SIGN AT1AL 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; X A corporation If a corporation, organized in the state of Colorado 2. My tax identification number is: 84-1545793 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)# 1,2, 3,4 is/are hereby acknowledged. Page 14 of 39 ATTACHMENT "B" *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICAL PROPOSAL* NON-COLLUSION AFFIDAWT TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH PROPOSAL STATE OF CALIFORNIA)ss COUNTY OF RIVERSIDE) The undersigned, being first duly swom, deposes and says that he or she is Rob Howard, General Manager of Systems Integration Corp. 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 riot 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: �z- - ll Title: General Manager, Subscribed and sworn to before me this 9thdav of February 2011 Page 15 of 39 7206691 - Revised:6/16/10 . A.2 Systems Integration, Corp:s background and Qualifications: Company History and Philosophy. Systems Integration Corp. was formed in 2000 to provide superior design, installation, implementation, management and maintenance services to commercial and government customers requiring these services for their network,data, communications,fire/life safety, security and access control needs. We can successfully address system requirements ranging from small business to international enterprise applications. SIC is a woman-owned business. The team assembled includes individuals with extensive systems integration and a knowledge base on many of the industry's leading products. This allows the company to provide expert, experienced and knowledgeable services on hundreds of products to tailor the system to the customer. The company corporate office is in Boulder Colorado, and our Southern California operations are based in Beaumont,CA. The company has been working with the County of Riverside California with regard to the support of the Sheriff's department since its first days and has performed many projects for the City of Palm Springs with reference to the Airport. ® At Systems integration, we strongly believe that the best and only way to work with a customer is to first listen to the customer's needs. Utilizing our extensive experience,we strive to provide innovative solutions,often providing several choices to allow for budget and growth considerations. It is our goal to provide the best platform and product mix for your environment. Projects ranging from a single secured door to a 3000-drop voice/data are given the same consideration and attention to detail. Because we are an independent, locally owned business, we have the flexibility to look at the best solution and pricing for the customer rather than following a prescribed template. In addition, we understand what it takes to co-exist and integrate smoothly into existing IT infrastructures. uali : Our rapid growth has been a direct result of customer referrals.The quality and support of our installations is second to none. Regardless of the size of project, each job we undertake involves extensive planning/forecasting; regular meetings with the customer, and a project closeout procedure that allows everyone involved to approve the work. Our emphasis on training and certifications on all products we offer further ensure that the prescribed installation procedures are followed, thus resulting in a quality installation. The company has a complete quality and safety plan that has been utilized on federal state and local governmental projects. Please ask if you would like a copy. • Capabilities: We have assembled a team of highly trained professionals capable of providing a well- planned and thorough solution. Our philosophy of providing factory training to our employees results in lower on-the-job learning time and allows us to operate more efficiently and work within the project timeline better. Our project managers are empowered to make on-site decisions and are tasked with providing the customer with a quality project as quickly as possible.Collectively,our staff averages over 10 years of experience with the products we offer and many have advanced Engineering and/or Electronics degrees. Support: Our support both during and after an installation is our focus. It is not difficult to find opportunities in our markets however we rely heavily on our company's reputation, which is strongly linked to our ability to provide support. We offer 24/7 support and are strong believers in continued software/hardware maintenance and preventative support. Unlike many of our competitors,we maintain a large service inventory that allows us to respond and resolve issues quickly and efficiently. Reduced time to resolve issues translates into cost savings to our customers. System training is always included in our proposals. Qualifications: Many of our customers including Palm Springs International Airport, Riverside County Sheriff's office,Whirlpool Corporation nationwide,CU Boulder,CSU Fort Collins, Douglas County and University of Colorado Denver have benefited from our flexible approach to account management. In each of these cases,our customers have chosen varying degrees of involvement in the installation and continued support of their systems. We have sponsored training seminars and have enabled them to have their own in-house certified technicians take a more active role in the continuing growth of their sites if desired and with others we have a complete service maintenance coverage program in place. Retrofit Experience: In the last 10 years, we have successfully migrated(live systems) many large, high- profile accounts from older antiquated systems to updated platforms. Customers such as Palm Springs Airport, Colorado Springs Airport,The Denver Federal Reserve Bank, Wells Fargo Center, Staples,to name a few have benefited from our pre-planning and flexibility. In each case, it was imperative to ensure minimal system downtime. A.3 Subcontractors: The design and implementation plans do not include the use of any subcontractors at this time. Systems integration Corp. is a licensed C-10 Electrical Contractor(license #928403) and has internal capabilities for a complete turnkey solution. AA Key Staff/team members: We have assembled a team of highly trained professionals capable of providing a well- planned and thorough solution. Our philosophy of providing factory training to our employees results in lower on-the-job learning time and allows us to operate more efficiently and work within the project timeline better. Our project managers are empowered to make on-site decisions and are tasked with providing the customer with a quality project as quickly as possible. Collectively,our staff averages over 10 years of experience with the products we offer and many have advanced Engineering and/or Electronics degrees. We would assign a Project Manager dedicated to the CITY project to streamline the communication process and would anticipate between two (2)and four(4) people on site at any time.The project manager is the key to the success of the project and responsible for the total success of the project, both in terms of performance,as well as compliance with schedule. This individual is also the focal point for communications between all involved parties. Our project managers are empowered to take action as necessary to ensure success and are experienced in running large projects; able to multi-task in managing the day-to-day operations.while complying with reporting requirements and ensuring adherence to safety and quality standards. Following are the resumes for key personnel to be involved in this project. ® Rob Howard SUMMARY OF QUALIFICATIONS: • Responsible for Electronic Security(ESS)design and support • Provide design and implementation services • Coordinate and oversee ESS projects • 25 years experience in Sales/Support/Training of CCTV,Access Control,Alarm, Fire, and HVAC control systems • Responsible for designing, assembling, and delivering complete cost effective technical designs that meet customer requirements •Secret Clearance EDUCATION: Ohio State University,Columbus, Ohio Electrical Engineering and Finance Degree: Bachelors of Science Emphasis in Computer Information Systems RELATED PROJECT EXPERIENCE: QP • Denver International Airport Denver,Colorado • Palm Springs International Airport, Palm Springs, California • Riverside County Sheriff's Department, Riverside County California • University of Colorado, Boulder, Colorado • Galileo International Worldwide access control Denver,Atlanta,Chicago, Toronto,Amsterdam, Paris,Swindon (UK) Brian FitzGerrell SUMMARY OF QUALIFICATIONS: • Responsible for Electronic Security Sales (ESS) and support • Provide design and implementation services • Primary customer pre-sales contact • Coordinate and oversee ESS projects • Review and approve all ESS bids • 20 years experience in Sales/Support/Tralning of CCTV,Access Control,Alarm, Fire, and HVAC control systems • Responsible for designing, assembling, and delivering complete cost effective technical designs that meet customer requirements • Perform new product evaluation Strong skills in systems engineering, integration;design, and configuration • Superior troubleshooting,problem solving and analytical skills • Strong knowledge of industry standards • Proven ability to successfully interact with customers,vendors, and all levels of staff and management • Demonstrate excellence in providing customer service support • Secret Clearance EDUCATION AND PROFESSIONAL TRAINING University of Colorado—Boulder, CO Bachelor of Science Degree, May 1986 Electrical Engineering/Computer Science Factory Trained:American Dynamics, Lenel, Loronix, NICE,Software House, Continental Instruments, ONSSI, AEGIS PAST AND PRESENT ACCOUNT_DESIGN, IMPLEMENTATION SUPPORT Design/Managed: 1998-Present Denver International Airport, Echostar,Amgen,Colorado Springs Airport,Agiient, Qwest, Galileo/Cendent, Denver Woman's Correctional Facility, Mail of the Americas, Mastercard,Sterling Correctional, University of Colorado, Palm Springs International Airport,Aerospace • Bryan D.Jones SUMMARY OF QUALIFICATIONS • Schedule and manage over 15 techs • Oversee all security services • Hire,schedule,train and provide technical support for over 20 techs and sub- contractors • Design layout and system interfacing for multiple types of burglary, access and fire systems • Schedule and coordinate all fire systems inspections • Emergency service technician on-call 24 hours a day • Train new techs on security,card amass, fire, data, phone,intercom and audio/video systems • Lead crews on installations from design to completion at both commercial and residential locations • Currently hold secret clearance from the Department of Defense for current DOD contracts EDUCATIO'N' " University of Colorado-study in Law Syracuse University-Bachelor of Science in Economic Crime Investigation PAST AND PRESENT ACCOUNT DESIGN, IMPLEMENTATION,SUPPORT Design/Managed: 2008-Present University of Colorado, Palm Springs International Airport,Aerospace, Federal Reserve Bank • A.5 Company Project References: Company Name of Client Aerospace Corporation Company Address of Client 7250 Getting Weights CO Springs Telephone Number of Client 719-375-6150 Contact Person's Name at Client's Office Mark Wedo Value of Work: $1M+ Description of work: Installation of structured cable system for data. CAN and telephone Installation of security systems including CCTV and Access control and Intrusion Detection Systems Company Name of Client Palm Springs Airport Company Address of Client Palm Springs,CA Telephone Number of Client (760)3183822 Contact Person's Name at Client's Office Scott M. Daugherty Value of Work: $5M+ Dates worked on and Completion 11/2004—6/2005+ongoing support ® Description of work: Retrofit installation of Access Control,PIDS/FIDS,CCTV systems for the Airport. 150+-readers,10 Workstations,16 DVRs,wireless connectivity for CCTV access controls and Vehicle identification. Company Name of Client Summit CO Schools Company Address of Client Summit CO Telephone Number of Client (970)368-1000 Contact Person's Name at Client's Office Bryan Donahue Value of Work: $250k+ Dates worked on and Completion 06/2009—07/2009+ongoing support Description of work: IP Camera installation-8 schools ® Comnanv Name of Client Colorado State University—Ft Co Company Address of Client Fort Collins, CO Telephone Number of Client 970-491-7655 Contact Person's Name at Client's.Office Scott Bally Value of Work: $SOOK+ Dates worked on and Completion 4/1/2005 to Present Description of work: Installation of Access Control, CCTV and security systems for multiple locations. Integration with Colorado State local and wide area networks. 10+workstations, 10+ buildings to date, 80+cameras with Digital Video Recording. Company Name of Client Riverside County Detention gnter Company Address of Client 307SS-8 Auld Rd.MWrrieta California Telephone Number of Client 951-544-8338 Contact.Person's Name at Client's Office Deputy Chief Jerry Guttierez Value of Work: $650,000 Dates worked on and Completion 9/1/2001 to Present Description of work: Construction support to Turner construction and the county of Riverside for the network data system (SCADA)for all of the jails control systems. Systems Include:Access Control, Door Control,CCTV, Intercom, MATV, Paging and Fire alarm. System implementation and on-going maintenance of the systems. Company Name of Client Level(3)Communications LLC Company Address of Client 1025 Eldorado Blvd.Broomfield CO Telephone Number of Client 720-888-2000 Contact Person's Name at Client's Office Tim Russ Value of Work: $350,000+ Dates worked on and Completion Ongoing Installation and Maintenance Description of work: Installation of cable structured system for data telephone systems. Installation of Card Access, CCTV Emergency Phone and Digital Video Recording systems. Ongoing service of Broomfield site. • Company Name of Client University Of Catorado—Boulder Camous Company Address of Client Stadium Bldg RIVE 1632 Gate 12 Telephone Number of Client 303-492-6609 Contact Person's Name at Client's Office Steve Pflipson Value of Work: $1M+ Dates worked on and Completion 4/1/2001 to Present Description of work: Installation of Access Control,CCTV and security systems for multiple locations. Integration with University of Colorado local and wide area networks. 160+workstations,360'readers, 100+- cameras with Digital Video Recording. Comoanv Name of Client University Of Colorado-Housins Company Address of Client Telephone-Number of Client (303)492-5672 Contact Person's Name at Client's Office Jeff Spivey Value of Work: $800K Dates worked on and Completion 7/2004 to Present . Description of work: Installation of Access Control for CU Housing-multiple locations. Integration with University of Colorado local and wide area networks.190 readers, 15 workstations. • SECTION B: PROPOSAL ORGANIZATION,CONFORMANCE WITH RFP INSTRUCTIONS,AND DEMONSTRATED UNDERSTANDING OF THE OVERALL PROJECTAND`REQUESTED SCOP OF WORK B.1 We have strived to make sure we followed all instructions and completed all forms. B.2 Understanding of Project and City's expectations Design: For this project,we will draw on our past experiences with similar installations to provide an innovative,forward thinking yet cost effective design. Using the guidelines provided, we will offer a documented proposal including conceptual design document's (DD), material lists and system narratives for approval.These designs will take the project priorities into account and will offer the best solution possible. Our management plan is based upon the keystone of establishing a clear consensus up front, allowing translation of the original conceptual design into a clear statement of work ultimately resulting in a tangible product which meets original expectations.Once • the scope and design are approved, we will utilize the services of our in=house Design, Site Layout,Training, and Project Coordination staff to finalize a plan that meets the project schedule proposed. Our proposed design was built upon the conceptual design which has been clarified by the feedback received based on discussions during the site visits and responses to questions. The design leverages our expertise in designing similar retrofit systems based not strictly on theoretical performance, but rather on practical, real-life applications. We realize that this project involves transitioning a live system and our design and schedule will reflect the minimal impact to the security of the site and will include some level of dual systems to facilitate the upgrade. We have completed several other similar projects where the video was upgraded with little or no impact to the employees and/or public. The overall understanding of the project is that the City has the following objectives: 1. Get as many of the existing 14 cameras operational and connected to dispatch with recording and playback capabilities. 2. Get the dispatch location and other workstations at PD capable of receiving the new video formats and make it more usable for the operators. 3. Get the existing 42 jaII/PD cameras recording with playback capabilities. 4. Make live and possible recorded video available to the 60 remote laptop units installed into Police Vehicles. 5. Add as many of the 6 new cameras and get them connected to dispatch, with recording and playback capabilities. Taking these objectives into consideration, we have assembled what we think is the best possible solution for the budget presently available as well as future budgets that may become available. 1. Existing Cameras: The first building block for getting the existing cameras working and connected back to the Police Department dispatch is to layout the Radio network to be used. The base purpose of this system is the transmission of video from outlaying locations to the Hyatt Hotel for further connection over fiber to the PD. Because of the main purpose we have selected radio equipment that allows for higher frequency range capabilities, high security and flexible antenna options. It is our intent to use the Ubiquity Networks PowerBridge MS: Carrier Class SGHz MIMO Bridging Solution. This solution has been provided by us on previous solutions and we have found it to be a cost effective solution with high quality and performance factors. We have priced within our proposal the use of Ethernet extender units as well as coax to Ethernet converter units for the transmission of a video link from the City Hall location. The existing infrastructure will not allow for higher quality camera video and this will also allow for future expansion at that location if needed. Secondly, we need to repair the existing cameras or replace them with new. We made the decision to replace the existing cameras as the older Spectra III domes that are installed are no longer current supported product from Pelco. These domes could be repaired but in the long run for the possible five year maintenance period it is the best solution to replace them. The choice of camera to be used is important to offer the best possible picture while allowing recording and transmission without issue. We have selected the Axis 6032-E pan tilt zoom(PTZ)dome camera because it is a state of the art camera with a proven track record and is flexible for the implementation needs of this project. This camera will allow multiple resolution feeds for live viewing and recording. • Thirdly, for the connection of the cameras to the PD we have decided to use managed switches by B&B Electronics which are DIN rail mounted so they can be fitted to the existing enclosures for the outlying locations and at Dispatch. This will allow the implementation of LAN topology from the Hyatt to the head end server. For the completion of this network,we have included Ethernet extension units for the connection from the Dispatch/Server location to the spider shack/tower location to be able to reduce any issues with throughput or conditions. 2. Head-End system installation and Dispatch renovation The Digital Video Management System (DVMS)software selected for this project is the Milestone Corporate edition. This software is one of the leading systems used worldwide and is one of the standard products we support. The system is a server based system with extensive capabilities and flexibility to accommodate any future needs the Police Department or City may have. The DVMS provided under this proposal includes unlimited client seats,server installations and web connections. Should additional cameras be added then only an additional license for that camera will need to be added to the software. Additional hardware and storage may need to be added depending on the amount of new cameras added. The DVMS will have the capabilities to limit the capabilities for any user to a camera or group of cameras, function or group of functions as needed for security purposes. For the purposes of this proposal we have calculated that 2 servers will be required. For the server hardware we have selected Dell R515 servers with internal RAID drives in the amount of 24 Terabytes total and 20 Terabytes usable each. To calculate the size of storage required for a DVMS system many factors must be taken into consideration. With California statute requiring a video recording to be kept for one year this causes a great hardship on storage to accommodate such a long duration. To meet this requirement we have calculated the recoding parameters in dual streams to allow simultaneous recording for the one year as well as the original30 days desired. As an example,should the 42 cameras for the jail be recorded at 30 frames per second (full frame rate) using a resolution of 4CIF(704X480) and H.264 compression set at the highest level of 90%the system would require more than 46 Terabytes of storage. This could be accomplished either with direct storage devices or by using recordable media and offloading the data but consider that the use of 50 Gigabyte Blue Ray discs in this process would require 2.5 discs per day and over 900 per year. With the experience we have had using offloading scenarios as well as long term storage we have found that dual streaming is a highly beneficial practice to meet the needs technically and financially. The parameters we used is standard for data aging purposes where a high quality picture is stored for a short period of time and a copy which is at lower quality(frame rate) is kept for long term recall.The calculation for the size of storage we included in this proposal is based on the following settings for recorded video: Characteristic Short Term Lone Term New IP.Camera Images Per Second (IPS), 30 6 Resolution, 704X480(4CIF) 704X480(4CIF) Compression, H.264 H.264 %Compressed 50% 50% Days duration for recording 30 365 Recording space required 6.STB 2TB Existing Jail Cameras Images Per Second (IPS), 30 6 Resolution, 704X480(4CIF) 704X480(4CIF) Compression,, H.264 H.264 %Compressed 50% 50% Days duration for recording 30 365 Recording space required 20TB 6TB ® The above calculations yield two servers with a total combined storage of 35 Terabytes. We have included two servers each with 24 Terabytes of raw and 20 Terabytes of usable RAD-5 storage for the implementation of this project. The dispatch area will need to be renovated to accommodate the new technology as well as improve the ergonomic layout for the area. We have included two (2)46" LED monitors to be installed in dispatch on the wall, additionally there will be four(4) 17"monitors installed, one for each dispatch desk location. The DVMS software will be installed on each dispatch workstation as well as additional stations such as the patrol sergeant's office and Lieutenants'office. With the client software the operators will have full control of the cameras and shall be able to review video if authorized. 3. Existing Jail cameras The existing Jail cameras are presently not being recorded because the Peico DX9000 systems are not running. These Digital Video Recorders will be replaced by the DVMS described above. The system server(s) provided with the DVMS have been configured with the overall system capacities to accommodate the recording of these cameras. . To get these camera signals into the DVMS it is required to use digital video encoders, the encoders we selected are the Axis Q7406 6 port encoders that can encode 6 analog camera signals into an IP format. The encoders are rack mountable up to 3 in a rack, we have included the racks in our proposal. 4. Mobile vehicle integration The DVMS selected has the ability to stream recorded and rive video to the remote vehicles via web browser or installed client. Use of'the web client allows the installation of the active X plug-in and isinternet explorer compliant. This module will allow the officers in the vehicles to pull video for incident review or watch live video for the response to situations. 5. New Cameras The addition of 6 new cameras has been accommodated within this proposal as an option because the budget for the project is fixed. These cameras can be added at any time by adding the unit cost for each camera. As a factor to installing the new cameras, 120 VAC is assumed to be provided by the City as well as any poles for mounting the new cameras. ® B.3 Key or Critical issues Issues that impact the progress and successful completion of this project are very limited. From our experience issues arise when there is a communications issue or there is a delay in communicating questions or answers required for the continued progress of the project. We do not foresee any issues with this project. The city does have specific work that is required for the addition of the new cameras such as 120 VAC and poles if needed but we expect that the schedule will allow for flexibility in this area. • SECTION C WORK PROPOSAL As previously discussed the DVMS we have selected is the Milestone Corporate edition software platform using the Axis cameras and encoders for video input devices and Ubiquity Networks(UBNT) wireless bridge and access devices for remote connection to the system. We are utilizing the Dell R515 Server platform with expansion capabilities to add Dell Power Vault MD1200 serial attached storage(SAS) units. By using this platform we believe we are providing a solution that is both state of the art with respect to technology, economically responsible and also supportable and expendable for a considerable time period. The products we are proposing to use are as follows: Description Manufacturer Model Digital Video Management System Milestone Systems Corporate Servers Dell R515 Operating System Microsoft, 2008 Server Outdoor Camera Axis Q6032-E Video Encoder Axis Q7406 Encoder Rack Axis 291 1RU • Wireless Bridge UBNT Powerbridge M5 46" LED Monitor LG 47LE5400 17" Monitor Dell E170S Ethernet Extender Enable 860 Data Sheets fqr the above equipment follows: Milestone Systems XProtect° Corporate 6 MI QStd)lB O t}Qf .I ; ;�x� a e�oi ql�(t pfa r ganceaofw rti#wifFtTo�a�r' - ksvr`s Ccho'�e In large-scale installations,XProtect Corporate provides exceptional surveillance ovemaw and control Premium software with no limits XProtecN Corporate is powerful,IP video management software(VMS)designed for �o large-scale,multi-stte installations.XProtect Corporate supports an unlimited number of cameras,users and sites.For systems demanding complete situational awareness and immediate response time,XProtect Corporate offers easy-tortes clients that Integrate with interactive mufti-layered maps and alarms. Built-in support for XProtect Smarr Wall,Milestone's video wag functionality with flexible configuration and indepen- dent ctmotoe in hardware,enables seamless command center control. , When there's no room for error XProtect Corporate provides the ultimate peace of mind for high risk large-scale se- curity installations.Edge storage support combined with XProtect Corporate's faflover recording servers and redundant management server ensure video recordings are never interrupted and access to the system is always maintained. , z 4" F��k ff*a�dt Y Fk Dm e The Open Platform Company Complexity f made simple 4V Y Milestone's top-of-the-line product,XProtect Corporate is the powerful IP surveillance solution preferred for large, t t multi-site,high-risk security installations. XProtect Corporate is straightforward to operate letting you focus on security and not be overwhelmed by technology.XProtect Corporate's innovative central administration,intuitive wizards,flexible rules system, automatic network scanning and camera model detection allow you to - efficiently manage complex installations,especially with several locations, In XProtect Corporate,all daily operations are executed through the Milestone XProtect°Smart Client,an easy-to-use client application. Continually setting the standard in IP video management,the XProtect Smart Client provides instant access to live cameras or recorded video. XProtect Smart Client features: ... . The Sequence Explorer: an instant overview of recorded video and bookmarked incidents,which speeds up your investigation work - -, and simplifies evidence export • Independent playback:alfows you to playback events on one cam- era while still monitoring live video • Overlay buttons:enable control of cameras and devices directly from the camera view • Multiple language support:the XProtect Smart Client is available in 23 different languages XProtect Corporate also features comprehensive user rights settings and allows administrators to enable or disable certain settings accord- ing to specific staff categories or user skill levels.User access rights can also be based on time profiles,enabling timecondidoned access to cameras,the ability to playback speck cameras,control PTZ(Pan-Tift- Zoom)cameras or export evidence material. Meeting the needs of customers across the globe,XProtect Corporate's Management Client is available in 11 languages and upholds viewing regulations with privacy masking:Privacy masking is a feature used to protect privacy by concealing parts of an image from being viewed. Once activated,the privacy mask is consistently applied to live,play- back and exported video,protecting the privacy of the sensitive image. s � Stora�� Ensuring the continuous availability of ad audio and video in the event of rk or server failure 'k tept ,o�potete fe`oresdgatora`g " s . .Nsk_kae Powerful new features: Bookmarking, Multi-Stage Storage and Alarm Manager � x s �x bQkmarking Multi-Stone Storage Alarm Manager a F # - e's ntul�stage The new Alarm Manager oo ult ��tsi 'ive alarms from all security,deyi. q., sy%ems co 6 nnected i i� it III P � ti t ��. Federating access to multiple VMS systems Milestone Federated ArchftectureTM Is a solution that allows multiple,Independent sites using XProtect Corporate to be interconnected. Milestone Federated Architecture enables ^ .S:you to scale your system endlessly,and also gives you ultimate overview of your entire installation by combining centralized and local sit, administration into one efficient,easy-to-manage system: Each site in the federated architecture can operate as an independent system or the sites can be managed as one centralized system,and cameras throughout the system can all be seamlessly accessed. _ A typical federated architecture scenario would be a retail chain deployment where the individual stores are handled as independent sites,but still with some degree of primary, centralized management.This makes even very large surveillance installations easy to manage. Analog camerae/ . Video IP servers Cameras Network Infra. structure PDS&ENP integration XRrote w Computer Server and Storage Anelytics Framework I Mobile Devices Access Control Integration About Milestone Systems Founded in 1998,Milestone Systems lathe global industry leader in open pWonn iP video management software.The XProtect pWbrm delivers powerful surveillance Orel Is easy to manage,reliable and proven in thousandsof cusiomer i11gwilittDre around the world. VlfiDt support for the widest choice in network hardware and Integration with other systems,XProtect provides best-of-breed solutions to'video enable'organisations— managing risks,protecting people and assets,optimizing processes and reducing costs.Milestone software Is sold dwotgh autlwrlmd and oertl8ed partners For more infonne8tm,visit www.milemtmsys.com Milestone Systems Headquarters,DK Milestone Systems Germany Milestone Systems Japan Tet+45 88:300 300 Tel:+49(0)611 168 5597 Tel:+81 (0)3 3780 8749 Milestone Systems US Milestone Systems France Milestone Systems UAE Tel:+1 503 350 1100 Tel:+33 175 6106 30 Tel:+971 4 3641 380 Milestone Systems Italy Milestone Systems Span Milestone Systems Australia -Tel:+39 02 6179 7507 Tel:+34 669 483 312 Tel:+61 3 9466 7806 Milestone Systems UK Milestone Systems Singapore General inquiries: Tel:+44(0)1773 570709 Tel:+65 6225 2686 Info@mdeston"p.com Sales inquiries: saesomilesto nesys.corn e m e The Open Platform Company The Dell Online Store:Build Your System ]dlp://pren3ierconfigtire.us.dell.com�dellstarelpriii sunmury_details_j • Print Summary PowerEdge R510 Price $12,165.00 Instant Savings $3,771.15 Price $8,393.85 36 Month Business Lease $291.77/month' ftPreffmhmry Ship Date:2f2 =11 My Selections All Options • PowerEdge R510 Date 2/9/2011 12:54*44 AM Central Standard Time Catalog Number 8 Retail rc1097022 Catalog Number/Description Product Code SKU Id PowerEdge R510: • PE R510 with up to 12 Hot Swap HDDs and 2 R510C2 1 1224-86671 1 Cabled Hard Drives,LED Ship Group: PowerEdge R510 Shipping for 12 Hot Swap SHPGPI2 1 [33099771 2 HDDs/+2 Cabled HDs Processor. MOM Xeor&E5620 2.4Gh412M Cache,Turbo, E5620 1 [31741121 6 HT,1066MHz Max Mom Additional Processor. 1F 1 [3113928] Single Processor Only 1317 23721 Memory: 4GB Memory(4x1 GB),1333MHz Single Rariked 4G11D1P0 1 [317-2550] 3 UDMMs for 1 Processor,Optimized Operating System: Windows Server 2008 W.Standard EdilonA44, WS8E6C 1 [421-16221 - 11 NcWdes 5 CALS Hard Drives: 50OGB 7.2K RPM Near-Lime SAS 2.5in FWBay 50ONLF 2 [342-06261 1209 Hard Drive Hard Drives: 2TB 72K RPM SATA 3.5in HolPiug Hard Drive 2TSSHD 12 [341 9712] 1209 Hard Drive Configuration: R5 for xl2 HDDs,RI for 2 it HDs for PERC PH700R5 1 1342-05801 27 H700,A2+2 HDD.Chassis Internal Controller. [33"5751 PERC H700i NTG RAID CTL NVDMM 512MG PH70OR 1 [33098531 9 Cache,l2HD Chassis [342-0999] let Hard Drive: HD MtASelad HDMULTI 1 [3414158] 8 The Dell Online Store:Build Your System http://premierconfigtire.us.dell.com/delistore/PrinLsunxrjary PowerSuppy., 750 Watt NonRedindaM Power Suppy 750NRPS 1 P30-65971 36 S Power Cords: NEMA 5-15P b C13 Wall Plug,125 Vok,15 125V10F 1 [310-8509] 36 AMP,10 Feet(3m), Power Cord -' - Embedded Management BMC 1 13-7918 14 Baseboard Management Controller ] Network Adapter. [430-0955J 2x iXel PRO 1000PT 1 GbE Single Port NIC, 21400PS 1 [���[ 13 PCIe-1 Rants: 2M-Post Slade Rails STATIC 1 [330441W 28. Bezel:eeml BEZEL 1 [313-8551 17 1 Internal Optical Drive: 13$574 NODVp12 7 No htemal Optical Drive 1 16 System Documentation: E1eWoric System Documentation and EDOC 1 13134M2] 21 OperManage DVD Kit Keyboards,Mice,Displays and Related Devices: i1SBPS2C 1 131066901 4 LISS to PS2 Adapter for KVM Comeefift 1905-66671 Hardware Support Services: [905-7218] IXiP 3 Year ProSupport and NOD On-site Service 1 (906-M2] 29 1906-9710] 19993439) _ lNota kistallationervices: NONSTL 1 1900-8997] 32 Print ® 2011 Dell For customers of tits 50 united States and the District of Cogmbia only.. SW Terms [ Temts of Sala I Privacy I Feedback snFG01 AXISA DATASHEET COMMUNICATIONS AXIS Q6032-E PTZ Dome Network Camera Advanced, outdoor-ready PTZ dome for demanding surveillance. A, AXIS G6032-E PTZ Dome Network Camera is an outdoor-ready, high-performance PTZ dome designed for quick, easy and reliable installation in demanding surveillance applications. It is ideal for use at airports and seaports, as well as for city and perimeter surveillance. The IP66-and NEMA 4X-rated AXIS 06032-E provides Day and night functionality, progressive scan, 128x cost-efficient installation since no external housing wide dynamic range and Di resolution (720x4AO in is required. With Axis' Arctic Temperature Control, the 60 Hz, 720x576 in 50 Hz) contribute to the camera's - . : t camera not only can function at-40°C(-40'F)but also superb video quality. The H.264 compression format ,F power up at that temperature following a power failure. ensures that image quality is not compromised while Note:Mounting,&acketsamsold providing MpbMtely p g great savings in bandwidth and storage use. AXIS 06032-E has 35x optical and 12x digital zoom. It has a fast and precise pan/tilt response.The camera AXIS 06032-E is.powered through High Power over can also tilt 20" above the horizon for an extended Ethernet using the supplied High PoE midspan. Power tilt range of 220% enabling better views, especially over Ethernet simplifies installation since only one over uneven terrain. Intelligent video functionalities cable is needed for carrying power,as well as video and include auto-tracking, which enables the camera to pan/tilt/zoom controls.With High PoE,the camera can automatically detect and follow a moving object within operate even during a power failure as the network can its field of view. be connected to an Uninterruptible Power Supply. www.axis.com s • Technical specificationsAXIS ! 132-E PTZ Dome Network Models AXIS 06032-E 60 Hz;AXIS G6032-E 50 Hz Application Open AN for software integration,including VAPOR Image sensor Ile ExView HAD progressive scan CCD Programming from Axis Communications available at wwwaxis.com Interface Lens f=3.4-119 men F1.4-4.2,autofocus,automatic day/night Intelligent video Video motion detection,auto-tracking Horizontal angle of view:55.8'-1.7' 9en g Minimum Color.0.5 lux at 30 IRE F1.4 Alarm triggers Intelligent video,PTZ position Illumination B/W:G008 lux at 30 IRE FIA Alarm mnts File upload via FTP.HTTP and email Shutter time 1130000 s to 0.5 s(60 Hz),1/30000 s to 1.5 s(50144 Notification via email,HTTP and TCP Pan/tilt/zoom E-flip,100 preset positions PTZ position,local storage Pan.,360'endless,0.05'-450'/s Video buffer 56 MB pre-and past-alarm rift.220',0.05--450'/s 35x optical mom and 12x digital zoom,total 420x zoom 111111110111111111 Casing IP66-and NEMA 4X-rated metal rasing(aluminum),acrylic _PaMtiit/mom Guard tour (PMMA)dear dome,sunshield(PC/ASA) fualctionalHies Control queue - Processors and ARTPEC-3,128 MB RAM,128 MB Flash On-screen directional inllimtor memory Power High Power over Ethernet(High POE)IEEE 802.3st max.60 W Video H.264(MPEG-4 Part 10/AVC) - AXIS T8124 High POE Midspan 1-port:1 OD-240 V AC,max 74 W compression Motion JPEG Connectors, RJ-46 for IOBASE-T/IOOBASE-TX POE Resolutions . DI 720x480tO 17GX120(60 Hz) 0`66-rated RJ-45 Connector kit included D7 72Ox576 to 176x144(50 Hz) Local storage SD/SDHC memory card slot(card is not included) Frame rate H.264:Up to 30125 fps(60/50 Hz)in all resolution _ Operafing -40•C to 50-C(-40'F to 122-F) H.264 Motion JPEG:Up to 30/25 fps(60/50 Hz)in all resolutions condition Arctic Temperature Control enables camera start-up at Video streaming Multiple,individually configurable streams in H.264 and temperatures as low as-40'C(-40'F) Motion JPEG Controlable Approvals EN 55022 Class B.EN 61000-3-2,EN 61000-3-3. VBP4CBlabk frame rate and bandwidth EN 61000-6-1,EN 61000-6-2,EN 55024, VBR/CBR H.264 FCC Part 15 Subpart B Class B.ICES-OD3 Class B,VCCI Class B. Image settings Wide dynamic range(WDR),electronic image stabilization(EIS), C-tick AS/NZS CISPR 22.KCC Class B,EN 60950-1 manual shutterSm compression,color,brightness,sharpness, IEC 605291P66,NEMA 250 Type 4X white balance,exposure control,exposure nines,backlight IEC 60068-2-1,IEC 60068-2-2,IEC 60068-2-78, compensation,fine tuning of behavior at low light,rotation, IEC GDO68-2-14,IEC 60068-2-30,IEC 60068-2-6. aspect ratio correction,text and image overlay,privacy mask. IEC 60066-2-27,IEC 60068-2-60,ISO 4892-2 image freeze on PIZ Midspan:EN 60950-1.GS,UL,cUL CE,FCC VCCI,CB.KCC, UL-AR Security Password protection.IP address filtering.HTTPS encryption!, Weight 3.5 kg(7.7 W IEEE 802.1X network access mntml.digest authentication, Included AXIS T8124 High POE Midspan 1-port,IP66-rated RJ-45 user access log accessories connector kit,dear and smoked dome covet sunshield, - - Supported IPW/v6.HTTP,HTTPS;SSL/FLS,GOS layer 3 DiffSav,FTP, Installation Guide,CD with User's Manual recording software, protocols SMTP,Bon)our,UPnR. SNMPvl/v2e/v4(MIB-Ill,DNS,DynDNS, installation and management tools,Windows decoder 1-user NTP,RTSP,RTP,TCP,UDP,IGMP,RTCP,ICMP,DHCP,ARP,SOCKS license This productincludessoftware developed by the OpenSSL Project for use in the OpenSSL Twlklt.(www.Openssf org) Mom information is available at www.axis.com 02010 Axis Communications All,AXIS COMMUNICATIONS,MIS,ARTPEC and VANx arc registered trademarks or trademark applications of Axis All in ����� vanousjunsdictlons.All other com re company names and produces a trademarks or registered nademarksof their resact6w companies.We reserve the right to �� introduce modifications mthout notice. COMMUNICATIONS Axis video encoders Bringing analog surveif1ance systems into the world of network video. AXIS1 CONNVNICATIONS Easy transition to network video The video surveillance industry is rapidly undergoing a technology shift where analog CCTV systems are being replaced by network video technology. But that does not mean you have to discard your existing analog investments. Axis video encoders, rack solutions and video decoders enable a cost-effective way to integrate your analog surveillance installations and ' gain the benefits of professional network video technology. Experience the benefits of network video > Remote and secure access to live and recorded > Scalable, easy to integrate and future proof. images from any surveillance camera —any time A network video system makes it easy to add func- _ and anywhere from any networked computer, tionalities, expand the system and integrate with enabling cost-efficient and effective management. other systems such as access control or point of > Digital quality images and convenient digital video sales. storage. > Lower total cost of ownership. Network video > Powerful event management with intelligent products work with standard wired and wireless IP video capabilities, enabling the system to auto- networks, standard PC server hardware for video matically look for and act upon events or threats. recording and storage rather than proprietary Such capabilities can drastically reduce the work- equipment, and can support Power over Ethernet. load of security staff,lower network bandwidth and These benefits enable savings in installation, man- storage requirements,and enable searches for rel- agement and equipment costs. evant recordings to be made more quickly. > Ability to retain analog camera installations while building a network video surveillance system with network cameras. < x..• r f � �!d,.`9X'F';"L S",� $k 'f r. � i . �� Y',y $ i'xr'"'.m� '� ,�N �k '�«` ,:�i i �,,.. f tax` r V IV A s a r V'�„�' x y„ y �w`xt M -, 4 r �}w TN p L` ♦ 1 ai44 Rz ..ss, ,,,aaa I i- �i 1 r � Axis' high performance video encoder solutions Axis'standalone video encoders include one-and four- accommodate from one up to 84 analog channels,pro- channel units,while blade versions are available in one, viding a flexible and expandable solution. The racks four and six channels for use in racks.Axis racks pro- themselves provide network,serial and 1/0 ports,and a vide high-density solutions for migrating large-scale common power supply.They also enable hot swapping analog installations to network video.The racks can be of the video encoder blades so there is no need to outfitted with a mix of video encoder blades and can power down when installing or removing the blades. I An example of a four-channel standalone An example of a six-channel video encoder An example of an 84-channel rack solution video encoder blade. using six-channel video encoder blades. Axis video decoder enables digital-to-analog conversion Axis'video decoder converts H.264,MPEG-4 Part 2 and AXIS P7701 can also be connected to LCD screeris and Motion JPEG video streams as well as digital audio decode high resolution video(1280x720) through DVI. streams into NTSC/PAL analog formats. AXIS P7701 A video decoder,together with a video encoder,can also Video Decoder allows both analog and digital monitors be used in an analog-to-digital-to-analog configuration and existing analog video switches to receive digital for transporting video over long distances. Digital streams.An application example is a retail environment images maintain their quality regardless of the distance that uses traditional monitors in public spaces to dem- travelled. onstrate that video surveillance is being conducted. f. r arrERNET » NETWORKSUBIOUITI afWx MIMO TDMA Prolkod Featuring Super-Efficient 25dB1 MIINO Antenna Array PraRSsOr AMems 5 24KC,400MHz 64MB SDRAM 8MB Hash I X 10 100 BASE-TX 5 R7-9 EMemet Interface als REGULATORY Cn��Pll,,NCE lNFOFrW ION LROMYioe FCC Port 15.247 IC RS210 CE _. YES BGMTX�SPECEqMTIMS Seaz R1C SI[QFIGTIOMS DahRete Aw .TX Tokrxroe DatefteteISensfilvity l7bleranca 1-2 dBm +-2aB 24Mb -83 darn +-2de w 36M 25 +-2aB rMCS6 36Mb -80 am +-2dB +" 48M -77 darn +-2dB 54 s 22 A-2dB. 54M6 -75 am + •2dB MC50 27 dBm. +-2dB MCS -%dBm + •2dB MC51 27 dam +-2dB MCS1 -95 am +"2dB MCS2 27 dBm +-2dB MCS2 -92 am +-2dB MCS3 27 a + -2dB' MC53 -90 am +-2dB MC54 26 +-2dB MC54 -86 am +"2dB MC55 24 am +-2dB MCS5 -83 am +-2dB MCS7 23 am +-2dB -74 darn + -2aB i MC58 27 +-2dB MC57 -74 OBm + -2dBMCSB -95 dBm n MC59 27 am +-2aB n MC59 +-2dB A3 darn +-2dB MCSIO 27 dBm +"2dB MCS20 -90 darn +-2aB M1511 27 am +-2aB MlSll -87 aBm +-2dB MC512 26 am +-2 B MC512 -84 am +-2dB MC513 24 dBm +"2aB MC513 -79 aBm +/-2aB MC514 22 dBm + -2aB Mrs -78 am +-2dB 115 21 dBm +-2dB MCS15 -75 dBm +/-2dB Enclosure Slze 445 x 416 x 34mm Enclosure nc t 3.82 Mount! Outdoor UV Stabalized Mastic Mount!Zn %t Pole Mountln Kit induaea Max Rower Como 8 watts 'V S 24V IA... on 1 rated POE aaa er included Power Mtlhod PassNe Power over EMemet(pairs 4 5+-7,8 reban O Terri re -30C to+80C &aerstln H 5 to 95%CondensJnal Shock aM Vlbretlon M000-019-1.4 fre uen Ran a 4.9-6.0 GH Max VSwR Gafn 24.8-26.5 aB N- I BeamwidM 6 PolarizMion Dual Dneaz V- 1 BeamwidM 6 de . Cross- Isolation 28a6 minimum Elevation Beam.wm 6 deq. - VSWR - H-Pol AZImuM H-Pd 9evati4n V-PoI AdmuM V-PoI Ekvaaon Ubiqui0 Networks Inc.,91 E.Tasman Dr.,San Jose,CA 95134 www.ubnLcom 7LE540 LG • 47" CLASS Life's Gooch 47.0" diagonal HIGHLIGHTS LED Backlighting NetCast' Entertainment Access Wireless 1080p Ready FEATURES •LED Backlighting •NetCast Entertainment Access* (WI-Fie Ready) •Wireless 1080p Ready` •TruMOtlon 1201-1z •full HD 1080p Resolution •4MA Dynamic Contrast Ratio •Picture Wizard II (Easy Picture Calibration) •Smart Energy Saving _ •ENERGY STAR-4.0 Qualified •Intelligent Sensor •AV Mode 11 (Cinema,Sports,Game) AIM •Clear Voice 11 •ISFccc•Ready •24P Real Cinema �y •USB 2.0(JPEG,MP3,DIvX HD) Is it a TV? Or something better? •DIvX-HD There's no better LCD display technology than LED and the LE5400 •4 HDMIar V.1.3 w/Deep Color delivers that along with a whole lot more.You can tap directly into instant •SIMPLINKry Connectivity movies and entertainment with NetCast and cut free of your cable box •Dolby-Digital 5.1 Decoder and messy wires with Wireless 1080p. •Infinite Sound ....�w...�..y wirt eless You won't believe your eyes.Tired of dark Entertainment on tap.NetCast Entertainment Full HD where you want it The best place for your scenes or dull colors?LG's Edge-lit LED Access brings the best.Internet services direct to TV isn't always near the cable.Wireless 1080p technology delivers amazing clarity and color your TV—no computer required.Instantly access Connectivity lets you cut loose from messy wires detail as well as a more energy efficient TV movies and TV shows,news and weather and the and still get a stunning Full HD picture. - compared to conventional TVs, world's largest library of HD movies in 10801). 1L 4���t Saving \vp 'VOICEII ®- u`SB L LC ,0 47LE54060 LffersGoo , PANEL SPECIFICATION SPECIAL FEATURES(CONTINUED) Screen Sae 47"Class H7A'duomWl Parental Control vv/V-Chip _ Resolution - 1920 x 1080D Key Lock__ Dynamic Contrast Ratio_........ 4,000,0001 ___...... __ Closed Caption Brightness(cc/ma) _ TBD SIMPLINKTM(HDMI CEC) Response-Time(OTG) 2.6ms CONVENIENCE FEATURES TruMotion 120Hz _ Lang-ue_ge___.__, 41EraUh4pwftMFrwIchfKoasaao Vi"_ng Angle______ 178./178° __.. Auto Tuning/Programming VIDEO Channel Add/Delete - Built-In TunerATSC/NTSC/Clear DAM Fawrrte Channel Propramminp XD®Enpine Auto/Manual Clock Aspect Ratio _ _ __ 16 9 _ OrVOff Timer Aspect Ratio Correction B Modes Sleep Timer_ Just Scan(1:1 Pixel Matching) Auto Off/Auto Slee (When novYlepo — HDMITM 1080p/1080i/720p N AUDIOIVIDEO INPUTS/OUTPUTS Component 1080p/1080i/720p RF In(Amenna/Cable) 1 (reed RF In 1080i/72 AV _. i(read 1)side w/gembrl Cobr Temperature Control 3 Modes COMP nt Video In K Pb,Pr)+Audio _ 2(reed i(side w/gended _ 244p Real Cinema(6:6/2:2 PulldmvN Digital Audio Out(OPticall __.i(reed 3 2 Pulldown _..._.. _ HDMITMMDCP Input 01.1.3 w/DOWColod 3(read 1(aide)__ Picture Reset RGB In(D-Sub 16pin)-PC 1 (rear) AV Mode 11 _ _3 Modes _ PC Audio Input 1(reed - Picture Mode 8 Modes LAN _ _ 2.0 - -c 1(_ead fSFocc®Ready RS-232cIn(servieOnN) - _rear) Intall ent Sensor Mode USB 2 O/JPEG,MPEG-NDrvX HDI —-- --- 2(aide) ' x.v.CObtTM Wireless Control _ 11reed DTV Signal Strength Indicator • Hea hone Out 1 (aide) • AUDIO CABINET/ACCESSORIES Mono/StereWDuaI(MiS/SAP) Cabinet Color Glossy BlacWSiNer Grey _ Audio Output Power(Watts-THD 10%) 20W(1oW+t0W1 _._ _ Swivel Stantl(De9reea) +20Y/20• Speaker System Details 2 Way/4 Speakers _ VESA®Compliant(MH) •_(200mm x 200mm) _ Doi ®Digital Decoder __.._ .__.____ Remote Control Su rround System Infinite Sound BasslFreble/Belencs Controls • _ Voltage,Hz 100V-240V,60/601-1z Clear Voice If On Mode Is TBD Auto Volume Leveler If Standby Mode EZ Sound Mode _ 6 Modes ENERGY STAR®4.0 Compliant _ BROADBAND DIMENSIONS&WEIGHT NetCestre Entertainment Access TV Without Stand mm)d)) 44.4"x 27.2"if 1.2" Yahoo*N Widgets TV With Stand(WxH%D) 44.4"If 30.0"x 11.2" NetflixO Instant Streaming Ready • Shipping Dimensions(WxHxD) 47.0"x 31 5"x 10.0" VuduTM)Streaming) NW¢hout Stand We( hQt _ 43.21bs PicasaTM Web Albums • N With Stand Weight __ 50.51bs YouTubeTM __,. • Shaming Weight 59.7 lbs SkypeTM Ready _ ___ WARRANTY/UPC DLNAO Certified Limited Warrarny „ 1 Year Parts&Labor SPECIAL FEATURES UPC 719192178972 Wireless 108(p ReadyfWHDITMI _ _ _ REMOTE/INPUT/OUTPUTS(REAR/SIDE) Wi-FO ReadY_.... .—...—..._ Picture Woard II —__- BacklightControl _• _ _Smart Energy Saving ! 1080p Source Input HDMIT^t SDp/30p/24p - Component 60p/30p/24p RGB 60p PNXGA) A/V Input Navigation_..._--.._—____.._ Input Label__. Quick View(Flashbecld • __ LGu saxom NOCast intemo connection 8 subscriptions required and sold separately.Wireless 1080P Ready requires the Wireless Media Hub which is sold separately Design,features and specrfmations are sublect to change without nonce.Hon-meric weights and LIS Electronics U.S.A.,Inc. measurements are approximate. ®2010 LG Electronics USA,Inc.All rights reserved."LG Lde's Good•Is a registered 7000 Sylvan Avenue Englewood Cliffs,NJ 07632 trademark of LG Corp.All other 1rad.0 and brand names are trademarks or Customer Service and Technical Support:(800)243-0000 registered trademarks of their reaped)_compames.02/22/10 I i Enable-IT 860 LRE Kit The Enable-IT 860 Ethernet FEATURES&SPECIFlCAn Extension Kit oNs is the highest speed copper extenders in the industry today. They drive industry standard Features: 10baseT and 100baseT- Ethernet signals to " Extends standard 100baseT Ethernet over nineteen times the restricted 'IEEE 20x beyond the 328ft or 100m Voice standard Ethernet distance. This cost- limitation of twisted pair Ethernet over ➢ Video effective solution eliminates many of the existing 1-pair phone wiring or better ➢ Data limitations and high costs for extending LAN •Supports digital Vol)channels cabling today. " 100 Mbps full-duplex service ➢ POE "Quad RJ-45 100MB Ethernet ports The 860 Series Solution is a pair of Ethernet " Dual RJ-11 2-111ne port(telephone) Extends Full-Duplex line drivers that utilize an existing 1-pair or " MPEG over IF,suppo 100MB Ethernet up to #24 AWG Telco wiring between each 860 a 6,000'or 1,828m series LRE. Specifications• I�C LAN interface: RJ Small foot HIGHLIGHTS print for simple installation • Extends 100MB Ethernet 20x th "(38 IEEE specs for Ethe C)epth:3.75"(95m ves Costs of re- Width: 5.75"(146mm firing and expensive " Enables activity to LAN equipment on of the previously Up to70 ft(2001 Functionality. r options 700ft(200m)to 1,350ft(400m) - 90Mbps Plug and Play Broadband Transport for delivering 1,350ft(400m)to 1,970ft(600m) -70Mbps installation ally Voice, Data,Video over CAT 3 or 1,970ft(600m)to 2,625ft(i000 -52Mbps rapid Conn f CAT 5/6 cabling Up to 6,0 0m)to 3,m) - 0Mbp 42Mbps Up to 6,000ft(1,828m) -30Mbps your a Can be used on all LAN devices Max Distance 1,828m/6,000ft ne including switches,routers,hubs, Interfaces clink Cabling Can gateways and end nodes 860 Units—(4) 100Mbps Ethernet (1) RJ-45 interlink port ,T-568A, T-568B or • Mixed Digital Voice, Data, Video (1) RJ-11 Interlink port untwisted Copper over existing telephone copper (1) RJ-11 2-line phone wiring such as electrical, telephone ' Rapid and Easy Installation on any Environment copper wiring—using RJ-45 LAN or Operating Temp: or other utility wiring optional RJ-11 interfaces -45°to 76°C/490 to 168°F Humidity • Support PoE natively 5%to 95%, non-condensing 860 CO RJ-45 Wiring _ 860 CPE RJ-11 Wiring • Design Intent and understanding: Upon award,the final design and configuration needs to be verified for all parties to understand the final scope of work and the implementation plan for communications to all departments that will be effected with this project. To completely understand the scope a meeting between SIC and the City would be scheduled to go over any questions that SIC might have with regard to both scope and implementation. Additionally at this meeting the City representatives would be encouraged to provide any special work conditions, hours of operation,or special scope issues that may be pertinent. Systems Integration,Corp.will provide a detailed review of the design criteria applied within the proposal and a walk through of the implementation plan. The plan is tailored to the specific needs within an area that is being worked in with guidance from the City. It is expected that this meeting would be approximately 2 hours and would be attended by both the City staff assigned to this project and SIC personnel including operations,engineering and project management individuals. Component selection: A detailed equipment schedule will be discussed at the project review meeting(kickoff meeting). At this meeting,computer specifications for the servers will be agreed upon so that SIC can expedite the ordering of these components. Once a final equipment list is agreed upon, then a formal equipment submittal will be presented for approval. Upon submission of the materials,City staff would complete a review of the materials and approve or comment if changes are necessary. This task would have duration of 5 days maximum and would be expected to take 4-8 hours of actual time. If the actual duration is less than 5 days,the scheduled tasks that follow could be accelerated. Engineering: Site plans and installation drawings are produced once the equipment list has been finalized. The engineering will include floorplans,equipment panel drawings and typical installation drawings for each component to be used in the project. These drawings will be generated for each building from the existing drawing set. Point to point drawings for each connection will be provided for the installation crew to use on site as well as for continued maintenance of the systems. Upon submission of the engineered drawings it would be expected that City staff would review and accept the drawings for installation. This task would be expected to last 5 days in total duration to allow for multiple reviews and would be expected to take approximately 8 hours or less in actual time. if the actual duration is less than 5 days,the scheduled tasks that follow could be accelerated. • Material Procurement: Once the materials have been selected and approved,they are procured and scheduled for delivery as needed according to the schedule. It is imperative to get the Server equipment in so that the programming can be done prior to the start of converting the systems over. Installation: The installation for the equipment will be phased into the following tasks: • Network Backbone(new drops provided by the City team for servers),SIC drops for connection to Hyatt and City Hall(hardwired locations) • DVMS system software installation and programming. This task would possibly require City team support depending on network access and administrative login capabilities for the machines provided by the City. The sub items within this task are: o City wide system connection o Jail/Dispatch Workstation software loading o Basic training for systems operators prior to any conversion • Conversion of existing downtown camera locations. Each site will be coordinated with the City for traffic control as needed. Each camera will be converted to the DVMS system and tested for functionality prior to leaving that camera. The City team would be involved to the extent of testing the new device and verifying the programming (performed by SIC)with SIC upon completion to insure minimum impact on operations. • Jail Video Systems Installation and conversion. The existing Pelco video recording ® systems will be replaced by a new system to provide high level integration with the DVMS system head end and workstations. This will be accomplished by replacing the Pelco DX9000 system components with encoders and connecting them to the video network provided by SIC. To do this the Pelco units will be removed and the encoders will be installed in their previous location The transition will require the installation of the new DVMS servers and network switches as well as video encoders for the video inputs and the installation of client software on any workstations requiring access to the recorded video. Programming of each camera will be coordinated with City team members. It is expected that the City team member activity for this task will be only on a coordination basis to decide recording parameters,call up programming and disposition of the Pelco system. • New Camera Installations. This optional item may be accepted so its installation will be dependent upon that acceptance. New cameras need to have power coordinated as well as any pole installation necessary. The City will provide these items prior to beginning work at the location by SIC. After the site has been prepped it will follow the same outline as existing camera replacements above. • Acceptance testing. Upon completion of the tasks above the systems will undergo a complete acceptance testing procedure. Preparation for this testing will include SIC generating a test matrix to insure all points are tested and are working. Once the test plan is completed and coordinated with City team members the test will be performed. • Project Execution: In addition to providing a project schedule in Microsoft MS Project,we would offer 2 week "look-ahead" breakouts on a weekly basis in order to better keep the CITY project personnel appraised of the progress and to allow any advance scheduling to take place. During the course of installation,we continually evaluate and doeument progress to ensure periodic objectives have been achieved and certified before moving to the next milestone, because we understand that the reliability of the total system is dependent upon every component and infrastructure operating as designed and specified. Our progress evaluation and documentation process is dynamic and interactive, requiring customer slgnoff and feedback. We initially allocate manpower to meet the scheduled targets,but when necessary the project manager can draw upon our pool resource of trained and certified technicians to be nimble in adjusting to issues that could otherwise cause delays or setbacks. The Statement of Work will be implemented through a controlled process which includes establishment of priority-based milestones on a schedule from commencement to commissioning. The process is dynamic,allowing for changes and adjustments while maintaining forward momentum to achieve the stated objectives on schedule and on budget. Overall Goals: 1. Meet or exceed the City SOW requirements including a design that is easy to use and is flexible/expandable for future growth. ® 2. Meet or exceed scheduling requirements 3. Provide a quality installation with sufficient user training for the CITY personnel SYSTEMS If c a a P CITY OF PALM SPRINGSo C.A. Police Camera system Repairs, Upgrades and Maintenance Services (RFP 06-11) SIC Interview .4.5-2011 Interview Questions 1. Briefly introduce vaur team members and clearly define the role and responsibility of 29 J 1 member Elaborate on the bac round and ex erience of the Pro'ect Manager that your firm will assien to this me 2. Describe exactly how the solution you have proposed in your response to the RFP can store 365 days worth of data on the servers you have specified. 3. Describe the procedure to offload the video to Co 4. mpact DISC or ©bD as per the RFP. Describe how you will provide video feed to 60 laptop computers in cars as per the RFP. Have you done this for any other clients? If so, please elaborate on the results.of that project. 5. What other projects/installations have you done similar to the one proposed that can withstand the extreme temperatures that we experience here in the desert? Please elaborate on the results of those projects/installations. 6. How WIN you address any wireless line-of-site issues that may occur in the downtown area? 7• Provide a cost breakdown of your proposed Total Lump Sum cost proposal, showing cost for proposed materials & equipment, applicable tax, and labor to complete the project. 8. Provide a cost breakdown of your proposed 5 Year Annual Maintenance Program and outline exactly what is included in each year of maintenance (le: anticipated hours, labor, materials, parts, travel time, response time, etc.). What specifically is NOT covered by your proposed annual maintenance program? 9. Provide a copy of your current, valid C-7 or C-10 contractor's license. 10. Briefly summarize why should the Evaluation Committee recommend your firm for this Project( i a a _ - - OW7JLWj07MNQMpDyp ' , ' i t w J81 Dy m'vmgHjG, ►aSf+•au«wwuwenw - pups 6AP94wo oft osumvqu -- oto --- - --- p ------ PLO— w4i sNuBOn �c vows 00 �WiWlal�l sr+yYq- ` � v Il • Experience integrating systems to meet use r need • System design solution expandable to a ' any size • Excellent reputation • Experience in working in Palen Springs • Partnering approach for future expansion and added features _ • Project team experience and 'work ethic c Cost of ownership reduced . by partneringwith SIB • Rob Toward : General Mana ge r Overall Project Manager • Ken Moore : Regional Manager Riverside �verside county - Project Superintendant • Beaumont Technical staff — Installation tailat�on Services • Corporate Support Staff,- Pro ra g mining, network and Microsoft software support sn° rrt Term Long Term 30 Images Per Second 1PS • ), Images Per Second SIPS) Resolution, 704X480 (4CIF) Resolution, 704X480 (4CIF Compression, H.264 Cornpression H.264 Compressed 50% If Compressed 50 Days duration for recording • Days duration for recording 30 365 Recording space required Recording space required 6.5TB 2TB Short Term LofT Term 30 Images Per Second (IPS),, 0 6 Images Per Sco («IPS) Resolution, 704X480 4CI1= ( ) 0' Resolution,,700480 (4CI F) Compression H.264 Compression, H.264 Compressed 50% Compressed SO% Days duration for recording Days duration for recordi-n 30 365 g Recording space required Recording space re 20T6 p required 6TB http://www.2��cm/products/video/design tool/calculator.htm_ l �� _ ator.htm Bing. j►17d�ODM*i11c -A)t15 t'�e91� Ib�odl _ -------------- 1fse�s Q•,• wear nrni.rF /� tYodalMIN OfSam •llac. i�tamer._ a�irs NCIS Qfi032.8 MAWS) 2 PW*cam u J ) _ 14 139.5-MbWs, 0 b*/s, 6.3 MbWs 2.0 TB 3 42 (6OH,z) 1" 1.6 Gbit/s;b bWs. 20.9 MbR/s Ax B.fi TB {a4 acis6nn ca s—`fi ''Q7� (�) 42 418.5 Mbf�4/s..0 br#/s, 15.1 Mbit/s — sx AXIS Q7{06 (MT'$C) 504: 4.9 6bWsO buts, 62:5 MbWs 6.1 TS j P�ajaet papKy _ —.. — ._ i9.9 TB 7:OCWC/s„9bk/s,ximmpoWs- ---� 34.716 .:r Aud6o Modal tlo. of ehannals LLPoleomera 30 days Intwsaction .Ej 1{ i. 1llw9f ©`Play aramn _— . 77 bamlaft R�kutEan �RSb �^rinS C9MRM Ui Sand"ath — M tonlClaG - 1O .10 i . 204 KbWs Frame rabg ��� � ---�� (�' on Comoressb type q fps COmbression Sartdwklth I. '-�h I w: � 728x1S0 Dl � � 4 i ' H 264 66 0 $+.Mt*anew�aq -*.Plavax m_ 1. 77 ..._77 Afmm l t n Comora_ssIon tvoa CamnrPsskm 6arxlv�idth )100. % 30 - fps 720x{SQ pi H.264 C�. SQ KbWs _ sibesf Prnracy Statevreat 3i • Dell R515 Rack mount ser Hardvers with 12 internal Driues confibred Raid-5n • 24 Terabytes total internal st orage rags • 20 Terabytes usable each for 40 . t _ TB tota 35 TB required, 5 TB spa re overhead • System Design utilizes no need for continuous archive to DVD/Blue Ray disk. Back-up for event recording using client workstation Export .to AVt Export to DVD player file (watermark) for evidence • Optional Archive : — $15,000 for software hardware $240.09 per Terabyte of archive for media/consumables. t •SWOON Distribution of video to police vehicles accomplished � shall be p_ d using IIS connection from vehicle lap tops usin web client, nt. • web Client requires Active-X co mponent installation , • officers can have: standard views to select from • User definable for Live Review and control as well as individual cameras. • Palm Springs Airport — Exterior camera installation, Automatic Vehicle ID system, Radio Mesh communications system. Riverside Sheriff department: P Maintenance and new installations for all correctional facilities within the county including Blythe, Indio, Riverside, Banning and Murrieta locations. Installation of cameras and control systems, Milestone DVMS county vide presently being installed. In excess of 400 cameras. University Of Colorado - Boulder — Milestone DVMS integrated to Software House Access Control system for campus wide CCTV control system. Includes over 300 cameras. Whirlpool Corporation — DVMS and access control for over 25 distribution and manufacturing facilities nation wide. Includes over 500 cameras. i • ' Explain Wireless solution an flexibility: — Radios: using higher frequency 4.9 to 6 allows flexibility:forPossibleGHQ range obstructions.. -- Some locations to be both transmit and receiver er unit. - - Multiple units installed on Hyatt EDIT "D" SCHEDULE OF COMPENSATION Due to the nature of this project based on the scope of work defined herein and as approved by the US Department of Justice administering the grant funds Prevailing Wage IS applicable and required (per CA Labor Code 1720 (ax1) The following lump sum payment for providing all labor, supervision, services, materials equipment, (excluding identified City-supplied cameras or other equipment provided by City) supplies, installation, testing, and training to complete the repairs, replacement, upgrades and expansion to the system to deliver a fully repaired, upgraded, expanded and operational turkey system as defined in the Scope of Work herein. TOTAL COST OF SYSTEM REPAIRS, REPLACEMENTS, UPGRADES & EXPANSION : $169,632.00 `inclusive of 1st year warranty and maintenance costs. ANNUAL SYSTEM MAINTENANCE SUPPORT COST: The maintenance period will start AFTER the initial first year warranty period expires: YEAR 1 =$ 8,790.00 YEAR 2 = $ 9,229.00 YEAR 3 = $ 9,783.00 YEAR 4 = $ 10,272.00_ YEAR 5 = $ 11,093.00_ TOTAL COST OF 5 YEARS OF SYSTEM MAINTENANCE: $49,167 GRAND TOTAL OF SCHEDULE OF COMPENSATION =$218,799 44 • SYSTEMS 'NTEGRATION cone Design;Installation,Implementation,Management d Service NstworWData,Communication,Security,Life Safety 4699 Nautilus Court 5 Suite 205 Boulder,CO 80301 (303)920-8800 Fax(303)920-8644 CITY OF PALM SPRINGS REQUEST FOR PROPOSALS FOR Police Camera System Repairs, Upgrades and Maintenance Services (RFP 06-11) Attachment C Contact: Rob Howard General Manager ATTACHMENT"C" *THIS FORM MUST BE COMPLETED AND SUBMITTED IN A SE)�RATELY SEALED ENVELOPE NOT with your Technical PropdSal*) REQUEST FOR PROPOSAL(RFP#06-11) POLICE VIDEO SURVEILLANCE CAMERA SYSTEM REPAIRS, UPGRADES, EXPANSION AND MAINTENANCE SERVICES COST PROPOSAL Responding to Request for Proposal No. 06-11, Police Video Surveillance Camera System Repairs, Upgrades, Expansion and Maintenance Services, I/WE will accept as full payment the following lump sum payment for providing all labor, supervision, services, materials equipment, (excluding identified City-supplied cameras or other equipment provided by City) supplies, installation, testing, and training to complete the repairs, upgrades and expansion to the system. The undersigned Offeror proposes and agrees to provide all work and services necessary to deliver a fully repaired, upgraded, expanded and operational turnkey system as defined in the Scope of Work herein. TOTAL LUMP SUM AMOUNT: $ 169, 632 . 00 (PRICE IN FIGURES) One Hundred Sixty nine thousand, six hundred thirty two dollars . (PRICE IN WORDS) IMPORTANT NOTE: The successful vendor will be required to provide a detailed cost breakdown to the City for all equipment (by item), all material(s), and all labor necessary to complete the project. This is a mandatory requirement of the Federal Department of Justice Grant 2009-SB-B9-2611 and will be a condition of the agreement between the City and the vendor and will be submitted to the DOJ. ANNUAL SYSTEM MAINTENANCE SUPPORT COST: (*These costs are not part of the grant or the project budget, but may be budgeted each fiscal year by the Police Department for on- going maintenance of the system). The maintenance period will start AFTER the initial first year warranty period expires. The Contractor shall show annual costs for a 5-year horizon for all system maintenance and support, including all cameras and equipment: YEAR 1 = $ 8, 790 . 00 YEAR2 = $ 9, 229 . 00 YEAR 3 = $ 9, 783 . 00 YEAR 4 = $ 10, 272 . 00 720669.1 Revised:6/16/10 h YEAR S=$ 11, 093 .00 TOTAL 5 YEAR ANNUAL-SYSTEM MAINTENANCE: 49,167 . 00 FPJt'IC E,INFf Forty Nine Thousand, One hundred sixty seven FPfGCE iN N/Of q) V Page 17 of 39 720W.1 - - Revised 6116/10 . Cost Analysis Materials and Taxes Server Equipment $ 7,918.00 Cameras $ 60,860.53 Radio Equipment $ 13,043.30 Antennas/Mounts et $ 6,259.50 Software licenses $ 11,324.88 DVMS Software $ 2,675.00 LAN Switches $ 3,852.00 Encoders 4 port $ 2,648.25 Encoder racks $ 631.30 46" Monitor $ 3,424.00 17" Monitor $ 1,070.00 Cat-5 extender $ 1,281.86 Ethernet over Coax converter $ 1,070.00 Total Materials $ 116,058.62 Tax $ 10,155.13 Total Mat & Tax $ 126,213.75 Cost Analysis Labor Installation labor $ 26,500.25 Project Management $ 14,620.00 Programming and training $ 2,298.00 Total Labor $ 43,418.25 Project Grand Total $ 169,632.00 May 31, 2011 SYSTEMS • �f .T Mr. Craig Gladdens d f. INTEOATION Procurement and Contracting Manager C o F p City of Palm Springs PO Box 2743 Palm Springs, CA 92263-2743 REF: Closed Circuit Video System upgrades and maintenance project Dear Craig, Per your request we have evaluated the requirements for the additional cameras as well as the existing cameras within the system for optional costs to use the existing cameras as well as add new cameras as needed. We found that only two of the downtown cameras had video at the Hyatt location not allowing us to evaluate many of the existing cameras for re-use. We have taken into consideration that the existing cameras in the cells do not need to be recorded at this time since they are not presently being used. The costs for the reconfigured system are as follows: Original base bid $130,000.00 Deduct for making only 19 of 42 jail cameras record ( 9,600.00) Add for replacement of(2) cameras at City Hall 5,395.00 Add to move equipment from interview room to IDF 4,080.00 Add for new cameras individual costs 4,650.00 each (at Vista Chino, Via Lola, El Alameda, Via Las Palmas) Add for camera at Tramway and 111 14,280.00 Add for camera at Skate Park 6,877.00 Subtotal 169,632.00 Maintenance Costs 49 167 00 Grand Total 218,799.00 i hope this pricing will enable your team to make the decisions needed to move forward on the project and as always, if you should need anything please do nt hesitate to contact me. Sincerely, Systems Integration Corp. Rob Howard General Manager 4699 Nautilus CT,Boulder CO 80301(303)920-8800 Fax(303)920-8844 Design,Installation,Implementation,Management h Service,Network/Data,Communications,Security,Life 5afety • Year 1 Equipment $3,000.00 — Labor $5,790.00 .Total $8,790,00 • Year 2 — Equipment $3,500.00 — Labor $51729.00 Total $9 229.00 • Year 3 Equipment $3,500.00 — Labor, $612.83.00 Total $9,783.00- - • Year 4 — Equipment $3,50000 — Labor $6,722.00 Total $10,272.00 • Year 5 - — Equipment $4,000.00 — Labor $7,093.00 Total $11,093.00 EXHIBIT"Ell SCHEDULE OF PERFORMANCE The schedule of performance for the project by Systems Integration Corp.fongws on the neat page, broken out by work segment. The estimated schedule is 72 working daysassuming a July 1, 2011 start date and an October 5, 2011 completion date. 45 ID ask Name RFP Ml1 PSPD Camera Upgrades Duration shad Ju 1 iPolice Camara Upgrade an Maintenance Project &i9 6/26 7 7/10 7/17 724 731 M 8/7 8/14 Bl21 g a bar 2 Award Projeq """'-- --- 72 tlsya Fr17l1/11 &4 9l11 9/18 9/25 ci&2r 10/8 3 Mabilizatbn ... —' — —_ 1day ..Fri7/tAt 5 Project Ravlew Mae "D 1 day Wad 7/&11 ..-. 8n9 with owner 2-11 day+ Thu 7/7/11 5 Per}onn Coat Evaluaton " - 8 ... i diyT Thu 7H%f1 Perform Shceduie Evaluation - - tday Thu 717111 T Perform Mate Is Evaluation 5 Determine location°for new umeraa .. - 1day Thu 70-111 . 9 Determine N-, ik Dmpa for each tlevke B Swibh "....... 2 days Thu 71711.1 Finalize Server and network component Spec's - i Tau 7n/11 11 tMaterials Approval and Procurement - 1 day Thu7Oi11 . 12 Finalize materials _. .... 36 days. Mon7N1M1 '_13 Submittal lnfomlatbn to owner for approval - Sdays Mon 7f11/11 14 Review of tuomgtala by Owner "- -- t day Man 7/18/11 15 Materials Approval _.. Sdays, Tue illtl 16 materials Procurement 1 day, Tue 7/2&11 i 17 _ Order Servers i day Thu 8i25/1'1 f e _ Servers and Workatatbns on age -_.-. 5 days Wed 7/27/11 19 .... 1.A2y Tue 8/23111 Ez pi�ge Boma tar degrmryss needed 20 ... klaterieb Wivery .,..... ........... __. 1 day Wed 7127111 21 Englnaaring .__- 2tlaya Fn 8/T8i11 23_ .._ , , 12 ... Bdl of metedals antl data sheets assemby data Thu 7I7%1 '3 Camera layout and RF engteedn9 - -- 4 day° Thu 7lI111 i ! - �4 . . ._ Dispatch Center le design _. 7 days! Wetl 7/13i11 Yma tlesgn .... ... _ 13 ,.. Typlcal installation drawings 2 days Fd 7722/11 - Assembie subminal set of drawings _ 7 days Tue 7128/11 7 Commissiming plan ..... 1 day Thu 81411 e Review 8 Coordktatlon mee0ng,Mgr Owner -- - - - 2 days Ftl e/5/11 1aaY� Tue BlB/11 9 I Installation Tasks as tlsya 0 Wde81tOfl1 Neavork Backbone , Network Drops for avouches 9 days, Wed&10/11 Fiber Petch Install 8 Teat Swibh connegwgy --. _ 3 days Wed 8%f0/11 3 Network Switch Progfamminp antl Installation 1 day. Man BI15H t 4 Video Systems Installation 5 days Tue&1f1l11 5 Digital Video Me '` ---- 35 days Tue 8123111 -_. nagament System Server install - -- 5 Sottvwre inglelehon _. 5 days' Wad 8/21/i 1 y _.. Sogwars ... . . _.... 1day Wed B/31/11 a progremmbg of cameras m DVMS ; Install erkodele for Jail camerae - Sdays Thug/7/11 3 Move existing wkdng b Diepahh.._. . .. _. 1 day. Thu 9/ei11 ...- 5 days Fri Sl9//11 Connect Jail oem&asto DVMS """' 1. _... Insm4 Cemena 2 tlsya Fd 9f2O—f Dovadawn(Existing -..- .__ 2 -.-16 g'a needed and oonneq to 3 Wks Tue 9/2&11 -install polmer"at at New locatbrls as needetl(Cityj 3 Wks Tue 81PJ/11 Install Camxes at new bcalion4 and connect to DVMS 1 Aeeel>tance bstlng _.. _... 7tlsya Tue&1&11 i .._...-.. __... Sdays Mon 18oil System a�ptance testing 1 tlay ..-_. As built - _. 1 day Mon f0/3/11 ' _ tlocumamation 1 wk Mon 10/3M t ' fuels Manuaie - _-- 1wk Mon 10/3j111 1 Maimenance antl operations tralninp 2 days Mon 10/3/71 I Page 1