Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
05927 - SYSTEMS INTEGRATION CORP AUTOMATED VEHICLE ID SYSTEM
Kathie Hart From: Suzanne Seymour Sent: Wednesday,June 22, 2016 9:09 AM To: Kathie Hart Subject: RE:A5927-Corrections Technology b Yes. Go ahead and close it. Suzanne Seymour Administrative Secretary Palm Springs International Airport 3400 E.Tahquitz Canyon Way, Suite OTC Palm Springs,CA 92262 Phone: (760) 318-3804/Tax: (760) 318-3815 sozanne.seymour @palinspringscagov From: Kathie Hart Sent: Tuesday, June 21, 2016 6:25 PM To: Mark Jucht; Suzanne Seymour Subject: A5927 - Corrections Technology This agreement is for Automated Vehicle Identification System Replacement, and expired in 2014. OK to close? kathLe Kathie Hart, MMC Chief Deputy City Clerk �2\ It rlin CALIFORNIAr City of Palm Springs — (760) 323-8206 3200 E. Tahquitz Canyon Way Q (760) 322-8332 Palm Springs,CA 92262 L1 Kathie.Hart@Palm5pringsCA.gov City Hall is open 8 am to 6 pm, Monday through Thursday, and closed on Fridays. 1 ASSIGNMENT, CONSENT AND AMENDMENT Agreement 45927 This Assignment, Consent and Amendment (this "Consent") is entered into as of June 30, 2014, by and among Southwest Systems Corp d/b/a Systems Integration Corp. ("SIC"), and Corrections Technology Group, LLC ("CTG"), and City of Palm Springs ("PSA"). RECITALS A. PSA and SIC have entered into a Service Agreement dated June 25, 2012 (the "Agreement"), pursuant to which SIC agreed to provide maintenance and repair services at the PSA's airport. B. SIC and CTG have entered into an Asset Purchase Agreement dated June 21, 2014 (the "APA"), pursuant to which CTG will acquire all right, title and interest in and to substantially all of the assets of, and assume certain liabilities associated with, SIC's California operations effective as of July 1, 2014 (the "Transaction"). C. SIC and CTG desire, in connection with the Transaction, to have SIC assign to CTG all of SIC's rights and obligations under the Agreement, and to have CTG assume such rights and obligations, and PSA wishes to consent to such assignment and assumption. D. As part of such assignment and assumption, the parties wish to amend the Agreement under the terms and conditions hereunder. NOW, THEREFORE, in consideration of the mutual covenants and agreements set forth herein, the parties hereto, intending to be legally bound, hereby agree as follows: AGREEMENT 1. Continuation of Provisions. Except as expressly set forth herein, all other terms and conditions of the Agreement will remain in full force and effect. 2. Assignment and Assumption. a. Assi ng ment. SIC hereby assigns and transfers over to CTG all right, title, and interest in and to the Agreement and CTG hereby accepts such assignment and transfer. b. Assumption. CTG hereby agrees to be bound by all the terms of, and to undertake and perform all the obligations of SIC contained in, the Agreement that require performance from and after July 1, 2014. c. Consent. PSA hereby consents and agrees to the assignment to CTG by SIC of all of SIC's rights and obligations under the Agreement and to the substitution of CTG for SIC as a party to the Agreement. PSA specifically agrees that SIC's assignment of its rights and obligations under the Agreement to CTG will not constitute a default under the Agreement or permit cancellation of the Agreement by PSA. PSA acknowledges and agrees that, as of the Effective Date, neither PSA nor SIC is not in default of any of its obligations under the Agreement and PSA is not aware of any fact or circumstance that is reasonably likely to give rise to a default by CTG under the Agreement. 3. Amendment. Notwithstanding anything contained in the Agreement to the contrary, all notices to Contractor shall be sent to: Corrections Technology Group, LLC. Attention: Bob Ellis, Managing Member 6455 W. Harbor Drive, Coeur d'Alene, ID 83814 4. General. a. Effective Date. This Consent shall become effective immediately upon the Closing (as defined in the APA). b. Entire Agreement. The Agreement, as amended by this Consent, constitutes the complete and exclusive statement of the agreement among the parties with respect to the subject matter hereof, and supersedes all prior and contemporaneous proposals and understandings, oral and written, relating to the subject matter contained therein. c. Counterparts. The parties may execute this Consent in two or more counterparts (no one of which need contain the signatures of all parties), each of which will be an original and all of which together will constitute one and the same instrument. Facsimile, "pdf' and other electronic signatures shall be deemed to be and shall be treated for all purposes as original signature pages. 2 IN WITNESS WHEREOF, the parties have executed this Consent by their duly authorized representatives as of the date first written above. Southwest Systems Corp Corrections Technology Group, LLC. d/b/aa Systems (Integration Corp. By Lo By: Its: 6e.tC'%J Its: CstYlero, i r City of Palm Springs By. Its: ATTEST: APPROVED BY CITY MANAGER ity Clerk 3 CONTRACT SERVICES AGREEMENT THIS AGREEM NT FOI$,CONS LTING SERVICES (the "Agreement") is made and entered into this of `J�LAW 7�� 200 , by and between the City of Palm Springs, a California charter city and municipal corporation ("City"), and Systems Integration Corp, (`Contractor). RECITALS A. City requires the services of a contractor to furnish, install, test and maintain the equipment (and all software associated with a fully functional tum-key automated vehicle identification system (AVI System) at the Palm Springs International Airport. S. Contractor has submitted to City a proposal to provide a fully functional turn-key automated vehicle identification system (AVI System) to City pursuant to the terms of this Agreement. C. Based on its experience, education, training, and reputation, Contractor is qualified to provide the necessary services to City for the Project and desires to provide such services. D. City desires to retain the services of Contractor for the Project. NOW, THEREFORE, in consideration of the promises and mutual agreements contained herein, City agrees to retain and does hereby retain Contractor and Contractor agrees to provide services to the City as follows: 1. CONTRACTOR SERVICES 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contractor shall furnish, install, test and maintain the equipment (and all software associated with a fully functional tum-key automated vehicle identification system (AVI System) at the Palm Springs International Airport as described in the Scope of Services/Work attached to this Agreement as Exhibit "A" and incorporated herein by reference (the. "services" or "work"), which includes the agreed upon schedule of performance and the schedule of fees. Contractor warrants that all services and work shall be performed in a competent, professional, and satisfactory manner in accordance with all standards prevalent in the industry. In the event of any inconsistency between the terms contained in the Scope of Services/Work and the terms set forth in the main body of this Agreement, the terms set forth in the main body of this Agreement shall govern. 1.2 Compliance with Law. All services rendered under this Agreement shall be provided by Contractor in accordance with all applicable federal, state, and local laws, statutes and ordinances and all lawful orders, rules, and regulations promulgated thereunder. 1.3 Licenses and Permits, Contractor shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the services required by this Agreement. 1 A Familiarity with Work. By executing this Agreement, Contractor warrants II that it has carefully considered how the work should be performed and fully understands the facilities, difficulties, and restrictions attending performance of the work under this Agreement. 2. TIME FOR COMPLETION- 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 schedule of performance set 4 forth in Exhibit "A." Contractor shall not be accountable for delays in the progress of its work caused by any condition beyond its control and without the fault or negligence of Contractor. Delays shall not entitle Contractor to any additional compensation regardless of the party responsible for the delay. 3. COMPENSATION OF CONTRACTOR 3.1 Com ensation of Contractor. For the services rendered pursuant to this Agreement, Contractor shall be compensated and reimbursed, in accordance with the schedule of fees set forth in Exhibit "A," which total amount shall not exceed i $198,108.68. 3.2 Method of Payment. In any month in which Contractor wishes to receive payment, Contractor shall no later than the first working day of such month, submit to City in the form approved by City's finance director, an invoice for services rendered prior to the date of the invoice. Payments shall be based on the hourly rates asset forth in Exhibit "A" for authorized services performed. City shall pay Contractor for all expenses stated thereon, which are approved by City consistent with this Agreement, within thirty (30) days of receipt of Contractor's invoice. 3.3 Changes. In the event any change or changes in the Scope of Services/Work is requested by City, the parties hereto shall execute a written amendment to this Agreement, setting forth with particularity all terms of such amendment, including, but not limited to, any additional fees. An amendment may be entered into: A, To provide for revisions or modifications to documents or other work product or work when documents or other work product or work is required by the enactment or revision of law subsequent to the preparation of any documents, other work product, or work, B. To provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Contractor's profession. 3A Appropriations. This Agreement is subject to and contingent upon funds being appropriated therefore by the City Council of City for each fiscal year covered by the Agreement. If such appropriations are not made, this Agreement shall automatically terminate without penalty to City. 2 4. PERFORMANCE SCHEDULE 4.1 Time of Essence. Time is of the essence in the performance of this Agreement. 4.2 Schedule of Performance. All services rendered pursuant to this Agreement shall be performed pursuant to the agreed upon schedule of performance set forth in Exhibit "A." The extension of any time period must be approved in writing by the Contract Officer. 4.3 ' Force Maieure. The time for performance of services to be rendered pursuant to this Agreement may be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Contractor, including, but not limited to, acts of Cod or of a public enemy, acts of the government, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, and unusually severe weather if Contractor shall within ten (10) days of the commencement of such condition notify the Contract Officer who shall thereupon ascertain the facts and the extent of any necessary delay, and extend the time for performing the services for the period of the enforced delay when and if in the Contract Officer's judgment such delay is justified, and the Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. 4A Term. Unless earlier terminated in accordance with Section 9.5 of this Agreement, this Agreement shall continue in full force and effect for a period of five years commencing upon execution of this contract and will end five years after execution of this agreement, unless extended by mutual written agreement of the parties. 5. COORDINATION OF WORK 5.1 Representative of Contractor. The following principal of Contractor is hereby designated as being the principal and representative of Contractor authorized to act in its behalf with respect to the services and work specified herein and make all decisions in connection therewith: Rob Howard, General Manager. • It is expressly understood that the experience, knowledge, education, capability, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement Therefore, the foregoing principal shalt be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. The foregoing principal may not be changed by Contractor without prior written approval of the Contract Officer. 5.2 Contract Officer. The Contract Officer shall be the City Manager, or his/her designee. It shall be the Contractor's responsibility to keep the Contract Officer, or his/her designee, fully informed of the progress of the performance of the services and Contractor shall refer any decisions that must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder.shall mean the approval of the Contract Officer- 3 3 5.3 Prohibition Against Subcontractinc or Assignment. The experience, knowledge, education, capability, and reputation of Contractor, its principals and employees, were a substantial inducement.For City to enter into this Agreement. Therefore, Contractor shall not contract with any Other individual or entity to perform in whole or in part the services required hereunder without the express written approval of City. In addition, neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. 5A Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode, or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. Contractor shall perform all services required herein as an independent contractor of City and shall not be an employee of City and shall remain at all times as to City a wholly independent contractor with only such Obligations as are consistent with 'that role; however, City shall have the right to review Contractor's work product, result, and advice. Contractor shall not at any time•or in any manner represent.that it or any of its agents or employees are agents or employees of City. 5.5 Personnel. Contractor agrees to assign the following individuals to perform the services set forth herein. Contractor shall not alter the assignment of the following personnel without the prior written approval of the Contract Officer. Acting through the City Manager, the City shall have the unrestricted right to order the removal of any personnel assigned by Contractor by providing written notice to Contractor. Name: Title: Rob Howard General Manager 6. INSURANCE Contractor shall procure and maintain, at its sole cost and expense, policies of insurance as set forth in Exhibit "B,"which'is attached hereto and is incorporated herein by reference. 7. ..INDEMNIFICATION. 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 Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively "Claims"), including but not limited to Claims arising from injuries to or death of persons (Contractor's employees included), for damage to property, including property owned by City, from any violation of 4 i any federal, state, or local law or ordinance, and from errors and omissions committed by Contractor, its officers, employees, representatives, and agents, which Claims arise out of or are related to Contractor's performance under this Agreement, but excluding such Claims arising from the negligence or willful misconduct of the City, its elected officials, officers, employees, agents, and volunteers. Under no circumstances shall the insurance requirements arfd limits set forth in this Agreement be construed to limit Contractor's indemnification obligation or other liability hereunder. a. RECORDS AND REPORTS 8A Reports. Contractor shall periodically prepare and submit to the Contract' Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. 8.2 Records. Contractor shall keep such books and records as shall be necessary to properly perform the services required by this Agreement and 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. 8.3 Ownership of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Contractor in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights or ownership of the documents and materials hereunder. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. 8.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. 8.5 Cost Records. Contractor shall maintain all books, documents, papers, employee time sheets, accounting records, and other evidence pertaining to costs incurred while performing under this Agreement and shall make such materials available at its offices at all reasonable times,during the term of this Agreement and for three (3) years from the date of final payment for inspection by City and copies thereof shall be promptly furnished to City upon request. 9. ENFORCEMENT OF AGREEMENT 9.1 California Law. This Agreement shall be construed and interpreted both as to validity and 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. 5 - • 9.2 Waiver. No delay or omission in the exercise of any right or remedy of a non-defaulting party on any default shall impair such right or-remedy or be construed as a waiver, No consent or approval of City shall be deemed to "waive or render ' unnecessary City's consent to or approval of any subsequent act of Contractor. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default conceming the same or any other provision of this Agreement. 9.3 Rights and Remedies are 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. 9.4 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct, or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain injunctive relief, a declaratory judgment, or any other remedy consistent with the purposes of this Agreement. 9.5 Termination Prior_ to Expiration of Term. City reserves the right to terminate this Agreement.at any time, with or without cause, upon thirty (30) days written notice to Contractor, except that 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 receipt of the notice of termination, Contractor shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Contractor shall be entitled to compensation for all services rendered prior to receipt of the notice of termination and for any services authorized by the Contract Officer thereafter. Contractor may terminate this Agreement, with or without cause, upon thirty (30) days written notice to City. 10. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 10.1 Non-Liability of City Officers and Employees. No officer or employee of City shall be personally liable to the Contractor, or any successor-in-interest, in the event of any default or breach by City or for any amount which may become due to the Contractor or its successor, or for breach of any obligation of the terms of this Agreement. 10.2 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination or segregation in the performance of or in connection with this Agreement regarding any person or group of persons on account of race, color, creed, religion, sex, marital status, disability, sexual orientation, national origin, or ancestry. 6 11. MISCELLANEOUS PROVISIONS 11.1 Notice. Any notice, demand, request, consent, approval, or .communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by pre-paid, first-class mail to the address set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated seventy-two (72) hours from the time of mailing if mailed as provided in this Section. f To City: City of palm Springs Attention: City Manager/City Clerk 3200 E. Tahquitz Canyon Way Palm Springs, California 92262 To Contractor: Systems Integration Corp 4699 Nautilus Court S Suite 205 Boulder, CO 80301 11.2 !Dnkgrated Agreement- This Agreement contains all of the agreements of the parties and cannot be amended or modified except by written agreement. 11.3 Amendment. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 11.4 Severability. .In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall.not affect any of the remaining phrases,-sentences, clauses, paragraphs, or sections of this Agreement, which shall be interpreted to carry out the intent of the parties hereunder. 11.5 AuthoritV. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by so executing this Agreement the parties hereto are formally bound to the provisions of this Agreement. /// [SIGNATURE PAGE SEPARATELY ATTACHED] 7 IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. "CITY` ;w City of Palm Springs Date: By: David H. Ready City Manager his Agreement as of th<e jTPROVED•AS TO FORM: ATTEST By., By Douglas C. Holland, James Thompson, City Attorney City Clerk "CONTRACTOR" Systems Integration Date: �Z-,7. „lt�� By: %, -- Name -- -I Title— — Date: 1 Name' 1 ; C7& 'g&6 Title ,4 Commission Expires . IN WITNrISS WHF.REQF, the parties Gave executed this Agreement As of the dates stated befaw. "CITY Clty of palm Springs. , Rye ❑avid-H, Ready " city Manager :APPROVED BY CITY COUNCIL ' n. C - 1 I}R??FEt�1� ?r vF FORM ATTEST . his Agiea,r'ml ias a: By: By Dwo; sG. Holland, ; h a James'Thompsoni..... ... . city.ttvmey cityclork ^cbmTRACTQtt° . Systems Integration - I L$f I:` Date: r 'rf3 0 E y: •• .. ' ; Name . __.__..... . .._..._ .:�. . . . • � - �{��� .Title• r< .. •. . Nama �._ _ . ... Title gabC�rP• :,: ::, ..: ------------- -, a.,/�/.�MµCommission.Explres ,� - yG 66f3012012 1 EXHIBIT"A" CONTRACTOR'S SCOPE OF SERMCESMORK Including Scope of Work, Schedule of Performance and Compensation 9 Describe how the proposed AVI System works and how it reports to the monitoring computer. The AVI system is designed as a peer to peer network system with each component connected to the network and independently communicating to the system database. Each workstation connects to the database using the network and Microsoft's peer communications protocol: Field devices are located at the edge of the network and are distributed intelligence to allow for network issues, tirneouts etc:which can effect a system that is not distributed. Each BRIM has a copy of the database on it and if-off line from the database for any reason the eRiM will time stamp and store the transactions and upload them to the database as soon as the unit is on- line. Reporting to the monitoring computer is accomplished by a constant connection by each monitoring computer to the database,which is updated by the real time transactions in the field. The monitoring computer updates the screen on any change in the database as well as periodically within 1-2 seconds. Provide your proposed drawing development and schedule and describe all tasks to be implemented for the Installation of the AVI System once awarded. The development and implementation schedule would be as follows: 'I. Pre-submittal meeting with Airport representatives (at Notice to proceed or before): This meeting is designed to understand the expectations of the Airport with regard to activities to be accomplished, requirements for site access, and detailed specification development so that the Airports expectations are met in the final implementation. 2. Submittals(14 pays): Complete material and software submittals as well as detailed schedule of implementation including wire runs and time required for each task. AutoCAD drawings showing the location of equipment to be installed as well as the routing of any cabling or fiber optics to be installed. 3, 5ubmittal review and approval (7 days): This process may be completed by having a second meeting to review the submittals with the airport personnel involved. 4. Software development(6 weeks): This process will occur simultaneous with on site activities and will have multiple sessions with the airport personnel to assure expectations are met. :'SC Cable route determination and preparation (I week): This involves the determination of each cable path and the appropriate type oFcable to be used. In some'cases it will be possible to pull new cables in with existing cables to allow the cables to be Pre-Pulled. In some cases the existing cables will need to be removed to allow for the new cables. 6. 4Network prep and cabling(1 week): New cabling for computers in the control center and server room will be added to prepare for the new network.connections. Integration !,hto the control center console will be developed with the airport personnel. ---... :---------- 7. eRIM and reader electronics installation (1 week): Install weatherproof enclosures at readerloga6ions'1-4,-and.verifyrpowerletc reO:uirements ff+sabling,eAsts epnnekt and test connectivity back to network. .8. Server Installation(2 days): Install server(s) into existing i=#ks within the server room in operations. • - ; 4. Software installation (1 week): In softwar✓?land test with.customers on readers installed prior to switch over. 10. Cutover readers to new devices 0 Week): This task time frame is dependent upon the ability to.pull:wires into existing paths with existing cables. If it is not possible to pre- wire the locations, it will require some outage for that location while transferring to the new system. Provide a detal�adseope of work for the`I'alm prjnp International Afrpvrt location, These doscript(ons are to Include,,but not 110Yited tb,the following; 1. A desciiptibn,af the 0pe&bon:bf'th6'equpinOnt ingludingan operating sequence for queuing,staging and dispatclil6gta'9i" ib_s; The readers will be the data entry points for the system.;The data collection will be from transponders located in the.cabs/vehicles. There will be two types of tags used; permanent and temporary. The-distinction of tags will be for the zone 5 use of temporary or low cost tags. Those Pow cost tags will not be readable by readers 1, 2 and 4 dLe,to the read range of the fags.-At reader location 3,,a second reader will be added to read the temporary tags. For additional Information.orrqueuing, please refer to section 2.2.1 and 2.2.31of the51C specifications Attached as Exhibit A. �' ` .icy,; . ,,.;1 ., ••,., , , -. . , -_. . . _ . ,. , • The best plan for turnkey transition is to first see what data is available from the existing system prior to generating the database. Secondly, once the new database is online at the site the transponders need to be distribu3¢daantl logged to'tiiguser9 priobllosaq wuhdv.eug6sgsterhs. It is desired to be able to simultaneously run both systems in parallel if at all possible, at least at some of the reader locations to get the on-site staff accustomed to the system. The training will occur at the time the sofiwar eassitadt�led ntr�it • [7ifrir[g the:instaiFatiran'iGisiT recommended that any airport personnel that would maintain the systems components perform some amount of over the shoulder training while the system is installed. i(7': .f'- ..'!i?'L(2.•' ,. ':A`�1 "- "i... i, p. i,r1' p.. , it, , .�-. ,r _?;i°: gn.6P.'i S q�:�{ q j.y � Submit Proposer's proposed business plan and complete timeline that includes,aiftrale&ydr:.i implementation of an•AVI System at the Airport and training.Time is of the essence from date of Council award. Please see the attached Microsoft project schedule Exhibit B for your review. A detailed schedule will be developed in conjunction with the airport personnel.-- f w V'3 Automatic Vehicle Identification and Management System (AVI) r 1 Hardware: 1.1 Server: 1.1,1 Operating System Software to be Microsoft Server 2003 or Windows 7 i 1.1.2 Database Engine to be Microsoft SQL Server 2005 or express. 1.1.3 Backup Software to be installed shall be VERITAS Backup-exec.To match existing software used at the 1.2 Network: 1.2.1 Server located Network switch shall be 100/1000 24 port Dell switch 1.2.2 Field Switches shall be as required at each location(existing in some locations) 1.3 RF Readers 1.3.1 Vehicle Tag Antenna sbblMe capable of reading vehicle tags at a distance of 20 feet while the vehicle passes under the antenna. Antenna/Reader shall be a complete unit Including reader electronics and antenna for readin& communicating to head end system. Controller shall have serial communications output to head end controller via RS232,RS485,Ethernet(IP),or wlegand. 1.3.2 Yang Tag Reader Antenna shall be capable of reading tags hung from the mirror of vehicles or presented via drivers window at a distance of 6 feet. Antenna/Reader shall be a complete unit including reader electronics and antenna for reading, communicating to head end system. Controller shall have serial communications output to head end controller via R5232,RS495, Ethernet(IP),or wlegand. 1.3.3 AVI Controller The AVI controller shall receive communications from the readers Identified above and communicate to the head end software. Communicatlons to the head end server and software shall be via(IP)Internet protocol over Fiber optic or Category 6 cable. Controller shall be capable of connecting to both hang tag and vehicle tag readers simultaneously, O Controller;shallhaveliocaitpdtput,relaystercontrol,optfonatvehicle,gatesandred/green:fights ,for,tndiffitlomafnralldoriovaltdtags. � „ ,,, 1„ ,,,: ,. .�+. 1.4 Automatic Vehicle Display A visual display shall be located at the Taxi Holding facility to alert the taxi cabs to be dispatched tDhhetaxlxtand. TbeWbs%shall'bedallediup•.by.tag;#tshowfn*ontythe,tagsforthe-C�bst4Pbe sent atthe,presentdlmer:Upom-the:cableavingxhe,taxi ebbhbldingfadiity(Passin&wader2),the cabs tag will be removed from the display" ' The present display is four lines of 80 characters and has a serial Interface to it for messages, This. :`,unit will berxruseda , 1.9 _ Taxi Stand Operator interface. ''' ,7`he'rriegns5tli51hltl�b'elFitfuBetl'tF;havea'wdrkstati0trat�theti�tazl�t3's`tantl;ta'tnon7tbr}hpi�ehlcle "i '!'rnL"nag+tliRent SystE iis$r'2�rhTc ilispi�yi'Net�orfc ClsHd@ctMtywllC lie lnsthllW;fdr thd'8`etrides and ^the&'ddttTori�dfa'Aror9EstaFCenm'iilLtiepbss'I�IB�at'the�3lff�Dr+siipY:lbtf� • "' "• 4s pp PAzA Re 95, dace,th?c! wJll.be,a4spinlM Fha t shows the•cuere�rt+!p.4)51&count _- ap¢,an Ala+hu !un ant(a.doWfi-buttpn,ta Irla nNally,change the ga;jc counter fmtbe level of cabs needed. 1.6 'Tags 1.6.1 Fixed Long Range Tags 1000 Vehicle Tags shall be provided for-usewlth Ta*l•Cabs and-other commercial-vehicles that frequent the facility. 1.6.2 ftatrg Tags 5,000low cost Tags shall be provided. These tags shall be easily affixed dfi a Nahg teg'or other , document to be displayed on the dashboard of the vehicle. ; The hang tag shall be small and have the tag number printed an the tag for gt?try,irlt0.the software" The tags shall be printed on one side and sticky back on the other side for attachment to the appropriate document. 1.7 Tag'Prirrer ,. , r. A printer shall be supplied to support the printing of tempdtarytagsf&b' ;diinthe'sysfbm. `this printer shall also be capable of printing English labels and graphics ats necessary for the airports use. 2 Software : Rftvvare shall 4e[R GUrSeflt.p5ggrdrQRt�[ig laliguage and vital[r+�nrkAeatnless[y with thq SQL Server Database as described above. The software source code shall be provided either directly to owner _ - 1. r;of ownees'agent or In.esarAw with owner orowner`s agent designated es a benaficfar eor.' 1 additional beneficiary should escrow account presently be,eSiablishe&•Any coMfor•estro'w account shall be the responsibility of the contractor or software vendor. 2A Management Sfxeeas . to.: - ;_ r.N ••r GO, 71befbllowing•stepens6t a`minlruumshall+b'e,Orovided4orVie managemLhtiofthesysteft ' +'„_earitraetgrshail`prdvlde,posedfany.fatknhaffges•4oxc�eens'Parroubtomerrdevetopmdntirtthe future. 11.1 ,Login/user main0enance ,. . i• , •y,r r The software shall be Active Directory compliant. Each AVIDS user shall ieldefinediln active directory and enrolled into an AVIDS user group within active directory. „ :, .,In,a¢�ttiahtaac�ived¢e�tprylxgea�Ylgssy�rnShauE;ave•usefE'roups4r,�teupl`:�t+�,that'each . ;sFregn,or•fugcCipa t�n,bBiNCh:LA 4r,6e!♦?o�ed frpm,the,cRlrfiRl Qf ea€ft:ti@r.•-Tttg,f�liFtlpns and break out for the group"049 be dgtkr+)UnedpriVr,t©rmplelr!eptatign; ,At,alr la mt�:th1= system shall be able to assign each user or user group the functions as described under each subtai�gbfyasdAfiriedbtleiir `1l•artileiNafnpielaUse7`brgrbirpedufd''b�aitglieldffiefonction deserlbed'in 2:1:2:1 Add Nr W Cdrhoar}y;btitlhbt dtffereritiatingbetsdeen tfieiub¢atf*6w6s of 2.1.2.1 through 2.1.2 Administration 2.1.2.1 Company/Group Whenselectedig'wesrreemofexisting:companles/groups'withbuttons•for - Add:new company blank form with the following fields: Address, 'Bllling`aY�dress, .. . r : ,;• , . . . .,rrr• ,. �' . . Contact info, phone N cell Phone#,emergency contact name and phone# Notes Edit.,highlighted only if a company in the data box is selected allows the editing of the ;gXgmpo2y/GrvURF.nforttlatiQ4 and•. :• .r.. r a 9 Disable:highlighted orily if a company to tile'dki box is selected allows the disabling the Company/Group and all its tags will be disabled immediately. Delete:highlighted only if a company In the data box is selected allows the Deletion of the CApaiiy/Group liifdrtfiatiorl.,Tht3 functrbn will require a"16g box'�are•you`sure you want to delete the company XXXXX and all its vehicles",to insure the function before activating. This function should be able to be turned on/off in an overall system options variable. .2.1.2.1.1 Insurance Certificate Provide the following user entry fields: . :.certihtat�reeeivcd;- , ., Certificate Expires on MM/DD/YYYY-Date field for the certificates expiration. 2, w 2.1.2.1.2 Vehicles •r::J I" rYha.•vehfcles will be•assoclate&Wtth:thetags•to6e read bythe,system. There Should be no limit • ,, totht'numbest/fvehieies,th*cattbWInrthesystem`headend,or,undereathtompany/Group. The following Information should be Input for each vehicle under the company they are associated with "ttcen3ePlate#,'NAake;MtitlelantfGoloFdfvehleie. „ 'F RF TagB,Exp date,Category(A-2) , Billing rates per level(15 leveis), This can be a drop down selection for each level 1-15. ^Granitic Map n - :4 - 2.2.1 Tracking arid'f2Y;eaffig; The tracking function shall be via the use of graphic presentation of the facility using a map of the facility and pools at each major location where vehicles would be regularly wafting. Each zone shall.conslstmf a l'ocadon►vHtl+aa .tWiiehiclesarevtrAakedqh`and out. Ibet.W=es shall show each car th;it is waiting in the,zcrie by tag#and llrense plateAthfl,can-tie film tabular format). Each tag shall be shown on the graphic with a corresponding color for the type of visit, For example rdte`A=green Golfe B=Xellow, The•tvpe of v(sftis iletermiriec Vv fhe following logic; Ovid veMIcle gaes,tlirough t. " iazi ltoldiag area lira then if is a rate A`v1s1 ' 1`6r example:the bg enters tlie"taxf•cab fielding facitfty via reader 1 and leaves the Holding• area via eadpr s the{ enrpq;Op;axl ya".Jyd area vla reader 3,,This woulq,§e a ,. .., ; standard-,visit,oran�levell[isit.• ••,.r; ,,. , . ; ,; If the velifcle goes dlrectfy toYthe taxi stand location'iiecause a`iustomer pll&directly to tKe cab company for a'rldelt is a rate g `visit. In YhiIs visit the tag wouldbe read at vfEader3,and pot atreadgrs,l&2;prfgrto3;.. v, - i., . ,ar , 2•2-B : VAuacf Message board atTaxi-Cab holdiA fac' 't hi 1; th jr.shaliYsednpllratedon`thegrap c t• screen,; 2.2.3 Manual Change Buttons 2.2.3.7 Queue modification Buttons shall be located at each queuing location so that th"peratgrs,can change the status of each queue(Holding and Stand). The following buttons should be Included: Add shall be used to add a vehicle by tag#or License plate#into a queue. n;+= ;,:t Delet�eyhall by used,afterselecting a tagAlcense.#kt•the queue For'removingit from the .q:'.` *queue. ('Atrayop sure"verlticatigq shoul0e included for.deletion from the,-queue) ;. :. . 2:2.3.z Change running stand count"UP+"or,DoWN- Buttons shall be included at the graphic location for the tax(stand so that an operator can change the running count required at-Abe.tr ,*tand up adding one to:the-caunt and down,decreasing the count by one. The graphic should always show the cabs required counter on the screen adjacent to the taxi stand; "1 2.2.3.3 s6d,dirditional cabs The send additional cabs Button shall send additional cabs for a temporary effect on the Laid stand queue. By selecting the button an additional cab is sent for each button select. This is if extra cabs are needed but just for a temporary need. ((_ 2,3iepoirts 4 There shall be a capability for standard and custom reports from within the system. Custom :--arftmaybc enabled bytho use of arSM-,rbporting program. Ali reports,must-printable as a PDF and email Capable throWgh Microsoft Outlook 5;{,:..(; . ;• 1. ., : .,. , • .,., - - Tltq fojlowing reports as a minimum must he Incuded W h the system: . '. r: 2.3.1 EiliingRePorts: .t Billjng,reportsehall be designed to be run o era.period of tirpe or automatically for a monthly period. Eacf i report houltl Include the folic in r �rnrzsr. . a vA .greporisasstandard: d6m0aiiy'81HI1rg Report:'Thi6 re0di" hall be asse1nbled for each ddrhOanV-arid should show in table format the company name and contact infor(tiatiob as well as ei&vtag;oath rate for the v„rs iita%the number of visits over the period and total for each cab. There shouldf�,e a total or recap . isr far th'rerony"p to lnclude number of visits at each,rate and totals forblll generation. tD. ; r... A an option there needs to be a reporrfor•ealdh iddividdal'tagi'hat'prin#.s a historical record of each visit for the tag showing the in(eut time for each read as well as the rate applied for each visit. D.Implementation Work,Mait and Tm&lfne. Describe the number of personnel required to maintain the proposed AVI Systerp: I� U •r.)' 1 rl is'ft It is our expectations that the Airport will.realize a significant reduction in the requifee ma � er; uirndo,r�??irttain tl�eisKster(� fre�3.ilt§ RrEs.PP !4?fi5e: b41rplgspectly -thy.. maintenance would be performed by two empioyees to,cq efApth.0 kR#-W Describewhen.and how many'nperatln&mambals will be provided to the Airport Personnel. Operating manuals will be provided at the time of software installation and will be provided in the quantity requested by the airport- In addition the manuals are turned over in Word and pdf format forthe purppses of customization by the airport for their specific needs. Describe the standard.operating grPc0..uc ,(WPS),,tbe Proposer intends to implement to ensure the ongoing sfscr�Yity, in t grii r b law'.. .YGG4&erability,and pie66tw2fridd of the proposed AVI System. 8e suce'.to include,ait miiilrntifim�0'the Proposer's approach to security administration, change control,data backups and recovery, backup,media storage,monitoring tpportingof operations event logs,and AVI System resource administration. Systems Integration and Cyber Country Systems are both experienced in bot i'the physical security requirements for the data and systemsJrrvolved and ali personnefto be' used on this project have met the stringent security requirements of several ihternational airports including Palm Springs Airport. The backup media storage and recovery steps must be worked out with each customer for their specific needs. Software change control includes the upgrade of existing customers to the newest software version regardless of version basis. The customer is only responsible for any required operating systems upgrades or hardware upgrades required to install the new versions. Describe the percent of time Proposer's proposed staff will spend on the proposed AVI System. The proposed staff will spend the necessary time required by site conditions and the everyday issues involved in implementing the system- It is our estimate that there will be two full time employees on site up to 50%of their time during the installation and only about 10%of their time after acceptance. Describe In detail the turnkey operation transition and training plan for the proposed AVI System. MODIFIED SCHEDULE OF PAYMENT *Up to fifty percent (50%) payment of installed equipment (not to exceed 50% of non-warranty contract total) as approved by authorized airport management level representative. *Balance of contract will be remitted to SI upon verification of successful and continuous real time operational use of AVI System at PSP. It will be required the system exhibit uninterrupted and continuous operations for a period of one full billing cycle (one full month) to successfully demonstrate all phases of PSP system requirements. PSP will have determination as to this verification and final acceptance process. *Warranty years, 2-5 as proposed, are an extension of the complete warranty on the materials and labor for all aspects of the AVI System. These payments will be due within the corresponding year of the rendered service. *AVI System implementation time line is proposed from NTP plus 90 Days. La Ij , � $ d i - �a�'�-wi �� r ..ten , ���]',,�t�:�r`.i•af°q''" i--'tw.i._ "WiVJ4y::s:+'+r.yt;...�_�r�'-_4'�r%?v"'�_ .. ••.t d Failure to complete this form shall result In your Proposaibloin4-'ddeihad' nonresponsive and rejected without any further evaluation. PX,Q*6 a..mabmum not4o-exmed.cost.for each of.the products-and services_listed.below_ .. fhe Wail eohtr'ta�t'Valde Will be based on the actual quantity of prod�i ids and services seleoted.by;the City.,Add lines to thuodsbtablftbelaW as needed Alltneintenaooe,-:s`,� i �T► n nt t of, C t l the y ,h l� an l[itl i Wfth_tiid'fift Tl-tM$;`Cl€i--- rd"— o .musftte in ttsi!!e.aC @Q apoti . ale taxes,fees, labor and other associated costs. T e FtW3 tde County%les Tax rate is'8°75°,6:"' ,.�:.. : . - .'_,... sir. . _.. : . . ,- r;.: .r, : .,, �r�•. •=r,•:,: , a)•5oftwarp: FoF A proposed sottmre•licenses, list the product, software versiori'66i fiber, quantity,unit Price and.eSdanded-price. Product O�sed tlplt or�ton 6: .. ••W unk i pded P ca Maxx- N$t - AVI version 2.3 :, 11 $39,400 $39,40p f Maapc-Net: - AVI Redunda=it Server F 0 $12,680 1 `l= ,`,i` . . ,,. _. .. _ .. ' .. .�I�j . ..• - ;via ' I1�• .. .. . , 1 .r , .. b)Egtupment.For all proposed equipment, list the product model and make, quantity, unit price and extended price. M19 Y7atrxial MaterialMfg part# Product Description 121y. Unk Ectenstan Infermec 1IF48002014 sRr, 1W 915MHz FCc[141 5 1$2.M.00 1 $13,125.00 Infermec 321-497-101 Serial Cable,De9Mme9F, g $21225 $10625 eft ROHS Intermec 851-091-001 Universal Power supply. 5 $93.75 $468.75 9vreow,CEC]RoHS(US and Canada a I Intermec 9-974028 025 AC power cord,US RaHS $ $8,75 543.75 Infermec 130957-0087-A IP67 rated RFlt7 antonna, 5 $637.50 $3,187,50 i0 d94 RH Clr lar Polar md-,Fororder 9uantitira belwesn 1 end � 9C antartnea Intermec 236-133-001 Cabre.WfeetRPSMA-P 5. $156.25 $761.25 tD RRN-P Infermec 236-137 D01 Cable, 1(ootRP-eMA-p lD g $56.25 $481.25 RP-N-R Intermee ITI•G9152004 915QM5WindshldMr. 1600 $15.00 1 $22,500.00 In Panels Intermec PM4C914300305120 Avallable, IPL T lhemet, 1 $5,413.75 $5,413.75 RF7D 45 915MHz.Ndne, ` 7614M,Paper Hanger,SeIF Strip+Label Takert Sensor.Real Tina Clack, - Tt7030P1 Intermec: ILR00146 dies Printer lute)with RFID 5 5195,9E 97q 1w: Insert SIC eRIM-12-6 eRlM Reader rrderrace 5 $312,50 1 $1,562.50 Lantronix UDS-10 Display Interface 3 $187,50 $562.50 C]e11 2950 Sarver-Rack Mount 1, $4,375.00 $4,375A0 AGOGByt¢RAID-52Geyte RAM,with SQL Express installed !Jell Optiplex700 Avlwurkstation-Windows 3 $1,975.00 $4,125.00 7,JWGbyte HDD,2 G'byte RAM Custom up/dn panel cusWm up down panel rrr 2 $625.00 $i,250.00 -the 7aAStand quo nel - AML HP-1 Panic budanforetstallatidn 2 $187.501 $375.00 at the Tail Stand Miscellaneous 1 $6,250.00 $6,250.00 connectorsPatdt mrdS.LJU . . '•` Sales Tax j"7D113Y Subtotal 7/,.AOY-ff T c7 implemnntaYian services-Listthe type of service being provided (list additional services as ne(*d),estimated hours, hourly rate,and the extended price, Modify existing services descriptions as needed. . SONloasDeseri lion Avant Units Extended Price$ ustal n& figuration - 7, $28,900 2 V9QC, . Testing $ 2,500 $ 2,500 . kYplementabon and rt up ralnmg 2,500 Subtotal; $33,900.00 4tJ Nor List any other gem and the associated quantity,rate or fee for each. ('rPrtt[ctlMac an poor Unit WondedPriW$ S Subtotal: 2)Recurdrig Casts a) Software Maintenance-Ust for each fime period below,the annual seftware maintenance fees associated with software licenses proposed above_ (NOTE,The first year maintenance is to be included in the initial cost.) - angn eriotl roducr G On Ua nnua ruts e 9 cxs nS �2 f nL 2 $4,SOD.00 $4,500.00 Year0 1 S$,800.00 $4,800.00 Yar4 1 $5,200_00 $5,200.00 YmrS 1 55,750.00 $5 750.00 Subtotal Software Mainfensma,Wafmnty Period: $20.2s0.00 r— • b) Equipment AftinfUnanoa-Listifor,eiRdt time"petidd b9low;ittae ?fws , associateairvith.t(aei�Cgrr11a1�Yr;rit'P�tpast:drabbve�'(hI@i���+Rftelf7fst`yeaKnSditYCd1'tdRce iSifb-6n included in the initial cost.) r s :ar• r Product Descri tton , Quantity Annual U 1it ' e lyd rich S earl 1 $7,350.00 , 5n.0(7 Year3 $7 3 a o,5oo•.�dd 7,9dd.66 bx4 z $e,7oo.tio fie,-7ao:oo ; x �s;soo.bo �9,sao.00 Subtotal E ul mentMaintenanae Warren Period: $33,.4SA.O.Q Other- List far each ti a period belaNv, the maintenance fee§ associated with any other proposed' ,hams not listed abovem ease describe _.. ... _ .._ .... ._,-Warra eriod ._ _ . ....... ProdudDescription Quantftv Annual Unit `Extended Price$ YW2 : 8$ :D • n(:JF'i �:"a'F.?r'?e -: '1",ti .,.. r vi „ �:�,, sr . —i�:(7f{_ ear3 ear 5 . Subtota E ui mentMaintenance Warran Perfod: E 1. COST PROPOSAL$UMMARY SH5ET Cost summary Enter the subtatals from above into the following table and provide the proposed total not-#o exceed cost. Cast must be inclusive of all applicable taxes,fans, labor and other associated costs. The Riverside County Sales Tax rate Is&75'/a. -- . Cwwry dneditn0 Atvxrdl Matntenance Cat Years 2s 7olaf filNat posts I 20,a50.00 $S9,6S0.00 • ,- �iioa 6**Terd imriemarrtaticn ' Services $33,y00.00 S 33,900,D0 0ther Totals: Proposed Total Not to Mined Cost r: EXHIBIT"B" INSURANCE PROVISIONS Including Verification of Coverage, Sufficiency of Insurers, Errors and Omissions Coverage, Minimum Scope of Insurance, Deductibles and Self-Insured Retentions, and Severability of Interests (Separation of Insureds) Insurance Contractor shall procure and maintain, at its sole cost and expense, and submit concurrently with its execution of this Agreement, In a form and content satisfactory to the City, public liability and property damage insurance against all claims for injuries against persons or damages to property resulting from Contractor's performance under this Agreement. Contractor shall also carry workers' compensation insurance in accordance with California workers' compensation laws. Such insurance shall be kept in full force and effect during the term of this Agreement, including any extension thereof,. and shall not be cancelable without thirty (30) days advance written notice to City of any proposed cancellation. Certificates of insurance evidencing the foregoing and designating the City, its elected officials,-officers, employees', agents, and volunteers as additional named insureds by original endorsement shall be delivered to and approved by City prior to commencement of services. The procuring of such insurance and the delivery of policies, certificates, and endorsements evidencing the same shall not be construed as a limitation of Contractor's obligation to indemnify City, its elected officials, officers, agents, employees, and volunteers.' A. Minimum Scope of Insurance_. The minimum amount of insurance required hereunder shall be as follows: 1. Comprehensive general liability and personal-injury with limits of at least one million dollars ($1,000,000,00) combined single limit coverage per occurrence and two million dollars ($2,000,000)general aggregate; 2. Automobile liability insurance with limits of at least one million dollars ($1,000,000.00) per occurrence; 3. Professional liability (errors and omissions) insurance with limits of at least one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000) annual aggregate 10 4. Workers' Compensation insurance in the statutory amount as required by the State of California and Employer's Liability Insurance with limits of at least one million dollars $1 million per occurrence. If Contractor has no employees, Contractor shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form, For any claims related to this Agreement, Contractors insurance coverage shall be primary insurance as respects City and its respective elected officials, officers, employees, agents, and volunteers. Any insurance or self-insurance maintained by City and its respective elected officials, officers, employees, agents, and volunteers shall be in excess of Contractor's insurance and shall not contribute with it. For Workers' Compensation and Employer's Liability Insurance only, the insurer shall waive all rights of subrogation and contribution it may have against City, its elected officials, officers, employees, agents, and volunteers. B. Errors and Omissions Coverage. If Contractor provides claims made professional liability insurance, Contractor shall also agree in, writing either (1) to purchase tail insurance in the amount required by this Agreement to cover claims made within three years of the completion of Contractor's services under this Agreement, or(2) to maintain professional liability insurance coverage with the same carrier, or equivalent coverage with another company, in the amount required by this Agreement For at least three years after completion of Contractor's services under this Agreement. Contractor shall also be required to provide evidence to City of the purchase of the required tail insurance or continuation of the professional liability policy- C. Sufficiency of Insurers. Insurance required herein 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 otherwise acceptable to the City. l7. Verification of Coverage. Contractor shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, effecting 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 of Palm 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). It 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"for any and all work performed with the City"may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contaln the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to he 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. E. Deductibles and Self-insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City prior to commencing any work or services under this Agreement. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its efeoted officials, officers, employees, agents, and volunteers; or, Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration, and defense expenses. Certificates of Insurance must include evidence of the amount of any deductible or self-insured retention under the policy. Contractor guarantees payment of all deductibles and self-insured retentions. F. Severability of Interests (Separation of Insureds). This insurance applies separately to each insured against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. 12