HomeMy WebLinkAbout6/6/2012 - STAFF REPORTS - 2.O. >OppALMS.0
iy
4+
4 N
t
g41F01Rt CITY COUNCIL STAFF REPORT
DATE: June 6, 2012 CONSENT AGENDA
SUBJECT: Contract Award- Airport Security Access Control Systems Maintenance
FROM: David H. Ready, City Manager
BY: AIRPORT DEPARTMENT
SUMMARY
This action will provide for the ongoing contracted maintenance and servicing of the
existing security access control systems (SACS) at Palm Springs International Airport.
RECOMMENDATION:
1. Approve a unit-cost contract service agreement with Systems Integration
Corporation of Beaumont, CA., to provide labor and materials for the security
access control system (SACS) annual maintenance for a three year initial term
(with two one year extension options) at an estimated cost not-to-exceed
$93,000 annually (plus COLAs as defined in the agreement).
2. Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS
The Transportation Security Administration regulations require that airports have and
maintain a SACS to protect persons, property and the Airport. The Palm Springs
International Airport has a technically elaborate SCAS that requires specialized
expertise to service and maintain.
The City's Procurement Division, working with staff, posted and distributed a Request
for Proposals (RFP 05-12) for a detailed "scope of work." Two firms responded to the
City's RFP process, Enterprise Security Inc. of Anaheim, CA and Systems Integration
Corp. of Beaumont, CA. After review and analysis by the evaluation committee,
Systems Integration Corporation was the highest ranked firm — particularly because of
their understanding and technical expertise with the Airport's current SACS system,
their qualified and "Hirsch certified" staff and local proximity to the Airport. Also, their
ITEM NO. �
City Council Staff Report
June 6, 2012 -- Page 2
Contract Award —Airport Security Access Control Systems Maintenance
competitive annual cost proposal of $82,574 compared to $119,093 for the other
vendor.
As the Airport is not able to predict the precise amount of maintenance or repairs that
may occur in any given year, the costs are estimated based upon historical data of labor
hours and parts previously used to service the system. However, in order to facilitate
any unforeseen repairs, staff also requests authority for an additional amount of
approximately $10,500 be added to the contract on a time and material basis for a total
not-to-exceed $93,000 per year.
This contract represents a preventative maintenance flat monthly fee and hourly labor
rates fixed for the first three years, subject to a CPI adjustment in the optional years four
and five. The cost for parts inventory will be fixed for the first year and will be subject to
a CPI adjustment for the remaining years two through five, or may increase if the airport
requests a larger on-site inventory in order to maintain the system.
FISCAL IMPACT
The total not-to-exceed cost for the first year of $93,000 is budgeted and available in
Airport Accounts; 415-6225-42970, 415-6225-43200, 415-6225-43010 and 415-6225-
43200. Subsequent years' contract costs will be budgeted for Council's approval
in the annual Airport Budget.
Thomas Nolan,
Executive Director, Airport
David H. Ready, Ci ger
02
CONTRACT SERVICES AGREEMENT
AIRPORT SECURITY ACCESS CONTROL SYSTEM MAINTENANCE SERVICE
THIS CONTRACT SERVICES AGREEMENT ("Agreement") is entered into, and effective on
2011L between the CITY OF PALM SPRINGS; a California charter city and municipal
corporation, ("City")and SYSTEMS INTEGRATION CORP.,a COLORADO COPORATION("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 the maintenance and repair services for its Security
Access Control System(SACS)related equipment at the Palm Springs International Airport("Project").
B. Contractor has submitted to City a proposal to provide Airport Security Access Control System
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 professional services.
In consideration of these promises and mutual obligations, covenants, and conditions, the Parties agree as
follows:
AGREEMENT
1. SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all terms and conditions of this Agreement,
Contractor agrees to perform the professional 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
professional 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 professional standards in
performing the Work and Services required in this Agreement. For purposes of this Agreement,the phrase"highest
professional standards" shall mean those standards of practice recognized as high quality among well-qualified and
experienced professionals performing similar work under similar circumstances.
1.2 Contract Documents,
The Agreement between the Parties shall consist of the following: (1)this
Agreement;(2)the Scope of Services;(3)the City's Request for Proposals;and,(4)the 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: (l)the provisions of the Scope of
Services(Exhibit"A"); (2°d)the provisions of the City's Request for Proposal(Exhibit`B"); (P) the terms of this
Agreement;and,(4°")the provisions of the Contractor's Proposal (Exhibit"C").
1.3 Comphance 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.
1 03
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 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 or$25,000,whichever is less,or in the time to perform of up to thirty(30)days,may be approved
by the City Manager, or his designee, as may be needed to perform any extra work. Any greater increases,
occurring either separately or cumulatively, must be approved by the Pahn 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 is on a Unit Cost Basis for Monthly Preventative
Maintenance,Hourly Regular and Weekend Labor Rates, and Parts as defined in Exhibit"D" and is estimated not-
to-exceed Ninety Three Thousand Dollars ($93,000) per year, 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
2 04
the Scope of Services. The maximum amount of city's payment obligation under this section is the amount
specified in this Agreement. If the City's maximum payment obligation is reached before the 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.
2.3 Changes in Scope. In the event any change or changes in the Scope of Services is requested by
City,Parties shall execute a written amendment to this Agreement, specifying all proposed amendments, including,
but not limited to,any additional fees. An amendment may be entered into:
A. To provide for revisions or modifications to documents, work product, or work, when
required by the enactment or revision of any subsequent law;or
B. To provide for additional services not included in this Agreement or not customarily
fiunished in accordance with generally accepted practice in Contractor's profession.
2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated by
the City Council for each fiscal year covered by the Agreement. If such appropriations are not made, this
Agreement shall automatically terminate without penalty to the City.
3. SCHEDULE OF PERFORMANCE
3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for
completion of the services to be performed by 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 or of the public enemy, unusually severe
weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and/or
acts of any governmental agency, including the City. The City Manager shall ascertain the facts and the extent of
delay, and extend the time for performing the Services for the period of the enforced delay when and if in the
judgment of the City Manager such delay is justified. The City Manager's determination shall be final and
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.
3.4 Term. Unless earlier terminated under this Agreement, this Agreement shall commence upon the
05
3
effective date of this Agreement and continue in full force and effect until completion of the Services. However,the
term shall not exceed(3)years with two (2)additional one(1)year options 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 further 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.
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' Secretary. It is expressly
understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing
principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall
be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient
time to 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.
4 06
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 professional 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 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. Contractor shall obtain and maintain in full force and
effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions)
insurance coverage in an amount of not less than one million dollars($1,000,000.00)per occurrence and two-million
dollars($2,000,000.00)annual aggregate,in accordance with the provisions of this section.
(1) Contractor shall either: (a)certify in writing to the City that Contractor is unaware of
any professional liability claims made against Contractor and is unaware of any facts which may lead to such a
claim against Contractor; or (b) if Contractor does not provide the certification under(a), Contractor shall procure
from the professional liability insurer an endorsement providing that the required limits of the policy shall apply
separately to claims arising from errors and omissions in the rendition of services under this Agreement.
(2) If the policy of insurance is written on a "claims made" basis, the policy shall be
continued in full force and effect at all times during the term of this Agreement, and for a period of three(3)years
from the date of the completion of the Services provided hereunder. In the event of termination of the policy during
this period, Contractor shall obtain continuing insurance coverage for the prior acts or omissions of Contractor
5 07
during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by
either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the
present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be
subject to the written approval by the City Manager.
(3) In the event the policy of insurance is written on an "occurrence" basis, the policy
shall be continued in full force and effect during the term of this Agreement, or until completion of the Services
provided for in this Agreement,whichever is later. In the event of termination of the policy during this period,new
coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services
under the terms of this Agreement.
B. Workers' Compensation Insurance. 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 Liability 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 coverage's 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.
E. Employer 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
6 08
this Agreement are intended to apply to each insured, including additional insured's,
against whom a claim is made or suit is brought to the full extent of the policies. Nothing
contained in this Agreement or any other agreement relating to the City or its operations
shall limit the application of such insurance coverage.
5.3.4 No required insurance coverage's may include any limiting endorsement which
substaiiiially impairs ht QoYerage's set forth in this Agreement_(e.g., elimination of
contractual liability or reduction of discovery period) unless the endorsement ha t
been submitted to the City Manaeer and annoyed in wdting.
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 does it waive any rights in this or any
other regard.
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 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.
7 09
e
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 coverage's 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 Pahn 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 war*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'for any and all work performed with the City"
may be included in this statement).
3. "Should any of the above described policies be canceled before the expiration date thereof, the
issuing company will mail 30 days written notice to the Certificate Holder named." Language such as,"endeavor to"
mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its
agents or representative"is not acceptable and must be crossed out.
4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's
waiver of subrogation in favor of City,its elected officials,officers,employees,agents,and volunteers.
In addition to the endorsements listed above, the City of Pahn 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 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 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,
8 10
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. If the Agreement is
determined to be a "design professional services agreement" and Contractor is a "design professional" under
California Civil Code Section 2782.8,then:
A. To the fullest extent permitted by law, Contractor shall indemnify, defend (at
Contractor's sole cost and expense), protect and hold harmless City and its elected officials, officers, employees,
agents and volunteers and all other public agencies whose approval of the project is required, (individually
"Indemnified Party";collectively"Indemnified Parties")against any and all liabilities,claims,judgments,arbitration
awards, settlements, costs, demands, orders and penalties (collectively "Claims"), including but not limited to
Claims arising from injuries or death of persons(Contractor's employees included) and damage to property, which
Claims arise out of,pertain to, or are related to the negligence,recklessness or willful misconduct of Contractor, its
agents, employees, or subcontractors, or arise from Contractor's negligent, reckless or willful performance of or
failure to perform any term, provision, covenant or condition of this Agreement ("Indemnified Claims"), but
Contractor's liability for Indemnified Claims shall be reduced to the extent such Claims arise from the negligence,
recklessness or willful misconduct of the City and its elected officials,officers,employees,agents and volunteers.
B. The Contractor shall require all non-design-professional sub-contractors, used or sub-
contracted by Contractor to perform the Services or Work required under this Agreement, to execute an
Indemnification Agreement adopting the indemnity provisions in sub-section 6.1 in favor of the Indemnified Parties.
In addition, Contractor shall require all non-design-professional sub-contractors, used or sub-contracted by
Contractor to perform the Services or Work required under this Agreement, to obtain insurance that is consistent
with the Insurance provisions as set forth in this Agreement, as well as any other insurance that may be required by
Contract Officer.
7. REPORTS AND RECORDS
7.1 Accounting Records. 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 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
9 1
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 fails 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 services under this Agreement shall not be released publicly
without the prior written approval of the Contract Officer. All 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.
8. ENFORCEMENT OF AGREEMENT
8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to
validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions
concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the
Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and
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 langua a and
common meaning to achieve the objectives and oumoses 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 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
10 12
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 injunctive relief, or to obtain any other remedy consistent with the purposes of
this Agreement.
8.7 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement
results in litigation or any non judicial proceeding, the prevailing Party shall be entitled in addition to such other
relief as may be granted,to recover from the non-prevailing Party all reasonable costs and expenses. These include
but are not limited to reasonable attorney fees, expert 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-DISCRIMINATION
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
terns 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 A¢ainst 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
it 13
10.1 Patent and Copyright Infringement. To the fullest extent permissible under law, and in lieu of
any other 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 suit or 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 parry
desires, or is required to give to the other parry or any other person shall be in writing. All notices shall be
personally delivered, sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid, return
receipt requested, or delivered or sent by facsimile with attached evidence of completed,transmission. All notices
shall be deemed received upon the earlier of(i) the date of delivery to the address of the person to receive such
notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of
posting by the United States Post Office if by mail; or(iii) when sent if given by facsimile. Any notice, request,
demand,direction,or other communication sent by facsimile must be conContractored 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 others communications shall be
addressed as follows:
To Ci City of Pa springs hn
Attention:
3200 E.Tahquitz Canyon Way
Pahn springs,California 92262
Telephone: (760)323-8204
Facsimile: (760)323-8332
To Contractor: Systems Integration Corp
Attention:Rob Howard,General Manager/Secretary
4699 Nautilus Ct. Suite 205
Boulder CO,80301
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.
12 14
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.
10.5 Successors in Interest This Agreement shall be binding upon and inure to the benefit of the
Parties' successors and assignees.
10.6 Third Party Beneficiary. Exc6t as may be exnressly Provided for in, this Aereem .n nothing
contained 'n hi Agreem=.is intended to confer, nor shall this Agreement be constmed as confer_rino. any rinhts
inolu i g. without limitation, any rights as a th=rd-narry beneficia_ry or otherwise anon_ any e_nt_it_v or _r__ r
Party to this Agreemen
10A Recitals The above-referenced Recitals are herehv 'ne morated into the A m nt as though
fully set forth in this Agr Pment and each Party acknowledges and a=!-,a that such Party is ho_n_nd_ for n_mmoses 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, (ui)by so executing this
Agreement,the Party for which he or she is signing is formally bound to the provisions of this Agreement,and(iv)
the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which
he or she is signing is bound.
13 15
IN WITNESS WFIEREOF,the Parties have executed this Agreement as of the dates stated below.
"CITY"
City of Palm Springs
Date: By:
David H.Ready
City Manager
APPROVED AS TO FORM: ATTEST
By: By:
Douglas C.Holland, James Thompson,
City Attorney City Clerk
APPROVED BY 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 signature must be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer.
CONTRACTOR NAME:
Check one_Individual_Partnership_Corporation
Address
By By
Signature(Notarized) Signature(Notarized)
14 16
CALIFORNIA AL4PURPOSE ACKNOWLEDGMENT
State of Catitorrda
County of
06 � before,me,
Personally appeared
who proved to me on the basis of sectary Wdenca to
be the parsdar(s)whose name(s) mare absorbed to the
within instrument and admowfedged to me that
►whey e®aited the same In hjsAwAha r authorized
capachypes),and#v by Nshrer"r s)on the
Instrument the paraon(s), or the entity upon behaff of
which ON person(s)acted,executed ft IrlstnhmetL
I cergy under PENALTY CP PERJURY under the laws
Of the State of CaBforrria that the fokegoing ph is
trus and correct.
WTrNESS my hard and official well.
OP770MAL
ThoWb Mek wm#wr babe,is not ran+inea byeow itmW prow vakwwM to per"rro Mbft on M eld VW xW
aid w&Wp+erwnfksuftenrreteogwfand reg adrmweoPMkr tam to
Description of Atfachod Document
Title or IVOO of Document _
-gym Data:T._. — Number of Pages:
Signer(s)Other Irian Named Above:
CapacityQes)Claimed by Signer(a)
Skims s Nana: Signers Name:
❑ Individual ❑hxlMdual
❑ Conporets OAkher—Tltle(s): ❑Corporete OMear—Tftfe(e):
❑ Partner—❑Limited ❑General ❑Partner—❑Umrcedl ❑General,
❑ Attorney in Foot ❑Agmey In Fed
❑ Tfvstse 4"Umb bM ❑Trustee - dDeam nee
❑ Guardian or oonsarvamr, U Guanfan or Conservator
❑ Other. ❑Omer.
S iner Is Representing: Signer Is Representing: .
wwmNaMirdtMYYA,eD�umDID0ea5ab+ka.rner.aaoe•darerowr,reD191asar��D eYna60el me:tbrvsweal•8p0lre,er8r
15 1?
EXHIBIT"A"
SCOPE OF SERVICES
SCOPE OF WORK,SERVICES,OBJECTIVES AND SPECIFICATIONS:
The Scope of Work consists of performing software support, preventative maintenance and repairs on all components
relating to PSP's existing, and subsequent upgrades, of its SACS system in an expeditious manner to meet the daily
demands of the airport. This will include maintaining an inventory of parts to support a quick turn environment of those
items critical toward maintaining continuity and integrity of security system. Contractor will furnish all equipment,
materials, supplies,labor and service necessary to service and maintain all current systems.Key airport systems are listed in
attached list of software and associated components and equipment(copy contained herein as',Section III).
a. Provide full support of all SACS software and maintain the component systems currently in place, except
those that may currently be under a separate warranty or service agreement,at the following location:
Palm Springs International Airport
3400 E.Tahquitz Canyon Way
Pahn Springs,CA 92262
b. The contractor shall provide repair or resolution of systems or component failure issues critical to contituity
and integrity of any aspect of the SACS system, supply and furnish all necessary equipment, materials and
supplies required in performing the services of the Contract. The contractor'will actively consult Airport
management providing information regarding new and emerging technology as it relates to security
equipment and advances that would potentially enable more cost efficient systems for its use.
II SECURITY ACCESS CONTROL SYSTEMS PROGRAM SERVICE SPECIFICATIONS AND
SCHEDULE OF PERFORMANCE:
a. Must provide full support of Hirsch Electronics Velocity Security Management Software with Badging Module
(See Section III)
b. Provide full network software and hardware support for security software and hardware and those integrated
systems that rely on the security networking system, (ie.No Fly/Selectee and Custom TSA Threat Assessment
software including modifications, perimeter intrusion detection system, PID5, FIDS, Mate Digital Video
Analytics, Annunciation System, DVR, various field devices, Paging System, CCTV, all electronic access
control points)."
c. Coordinate programs and services that are currently under separate service agreement (i.e., ACIP projects,
FIDS and PIDS where applicable) and maintain those system/s integration as currently incorporated and
utilized within PSP's system.
d. Maintain a Minimum Inventory of Spares as listed in Section III.
e. The Minimum Inventory,Section II1,is to be replaced as needed and on a cost plugs FIFO basis.
f. All Inventory spares to come with mfg warranty.
g. All non-repairable or faulty equipment will be first replaced with on-site inventory if available. All non
repairable equipment will be returned to the airport.
h. All labor is covered for repair of deficient equipment.
i. Provide 24/7 response capability as well as phone technical support.
j. Designated Point of Contact with 24/7 contact information.
k. Critical response time within 4 hours. A critical callout will be determined at the Airports discretion.
1. Resolution of reported problem will be no more than 48 hours following receipt of service call.
in. Service to include a minimum of one (1) day each month for Preventative Maintenance (PM) and systems
check. Contractor to provide full documentation of diagnostics performed per visit for both routine and non-
routine PM's.
n. Routine service call can be addressed the next business day.
o. Warranties to be applied on hardware and software to the benefit of the airport.
p. Contractor to maintain status of all product licensing and renewals. Report to be updated as needed, but at
minimum annually.
HI. SPARE AND REPLACEMENT PARTS
16
18
SYSTEM DESCRIPTION AND INVENTORY
• Hirsch Electronics Velocity Security Management Software wBadging Module. This includes an active
server and cold back-up server, plus seven (7) workstations. All items communicate over a dedicated security
network Software coverage includes upgrades to the Velocity module but to include the operating system
software(Microsoft server 2005, SQL Server 2007) components as these may be required for future upgrades that
cannot be forecast at this time.
• Dedicated security network equipment. This equipment includes routers, switches, fiber optic modems and
equipment, as well as the maintenance of the programming for the network equipment servers, workstations and
other active components in the system. Systems that rely on this network include FIDSBIDS (PIDS), as well as
Security Access Control(SACS)and Closed Circuit Video System(CCTV).
• Exit Lane control and annunciation system. This includes the MATE Digital Video Analytics server, software
and electronics comprising the overall intrusion detection system and custom hardware software for integration
into control center and field devices. Also included is custom software for integration to DVR and SACS systems.
• Control Consoles in Control Center. This includes the customized workstations with motorized lift for writing
surfaces and overall work surface.
• Hirsch Electronics with Twelve(12)M8 and Eight(8)M2 Access Panels and power supplies.
• Hirsch Electronics Scramble/Proximity Card Readers(approximate 120).
• Closed Circuit Television matrix controllers (Pelco 9760 & 9500). Controller includes redundant hot backup
servers and software,matrix bays sputters,coaxitron control units,keyboards,and fiber optic modems.
• CCTV Cameras. Cameras shall be repaired,if possible,and,if not,shall be replaced on a cost plus basis.
• Digital Video Recorders and 4 Raid-5 Hard Disc Drive Units(7 DVR Units and 3 RAID Units).
• Custom TSA Threat assessment and No Fly reporting software (maintained on server). Reports include
modification per TSA changes in formats and integration to existing Velocity software.
• Custom Security paging system and integration software (maintained on server). Support includes software
for integration of Velocity system to existing pager system and paging system server.
• Control Console consisting of thirty(30)20"Monitors.
• Control Console consisting of six(6)40":Monitors.
• Badging Card Printer. This includes the primary and spare Evolys printers.
• Change outs and installs are to accommodate for water/rain and extreme weather(heat(UV/direct sunlight)
environmental conditions.
17
19
Below is a listing of key inventory components at the above locations:
SACS Spare Parts Inventory
(To Be Stocked and Maintained by Contractor)
Ouantity Manufacturer Description
1 Hirsch MBN2 8 Reader Controller
1 Hirsch M2N2 2 Reader Controller
1 Hirsch AEB 8 Alarm input expansion board
I Hirsch REB 8 Relay output Board
2 Hirsch DS47L-SPX-HID Indoor Reader Keypad
5 Hirsch DS47L-SPX-HI Exterior Reader Keypad
2 Hirsch MEB/CE32 Memory Expansion Board
1 Hirsch SN1B2 Ethernet Communication Board
I Hirsch Velocity workstation loaded
2 Pelco 9760-VCC Matrix Input Card
1 Pelco 9760-VMC16 Matrix Output Card
1 Pelco 9760 CXTA coaxitron translator
1 Pelco DD4 Spectra Mini dome indoor
2 Pelco SD43 Spectra Dome module
3 AD Raid-5 Hard Disc Drive replacement
2 Fiber Options Fiber video receiver
2 Fiber Options Fiber video transmitter
2 Fiber Options Fiber video&Data receiver
2 Fiber Options Fiber video&Data transmitter
1 AD Video Quad unit
12 Hirsch Key Pad Membranes
5 AD DVR Hard Disc Drive Units
2 Dell 20"Monitors
1 NEC 40"Monitor
1 Samsung 40"Monitor
IV. EMPLOYEES
a. Contractor shall staff its operations in classifications and numbers needed to meet the requirements of the
Request for Proposal.These levels are based on a minimum number of employees as follows:
(1) Sufficient qualified staff, as may be required, to perform all trouble call work in a complete and
expeditious manner.This includes electrical,mechanical,and troubleshooting repairs
(2) One (1) management level employee to act as a point of contact for the AIRPORT and be
responsible for all parts of the execution of the contract. Changes in the staffing of this position
must be approved by the Airport POC.
b. All employees, representatives, and officials shall be expected to maintain excellent relations with the
public, Airport officials and employees. Any display of offensive, discourteous or rude behavior by any
representative of the Contractor may be cause for contract termination.
18
20
c. Use of alcoholic beverages by Contractor representatives is prohibited, and,representatives are prohibited
from being on the premises under the influence of alcohol or other substances.
d. Contractor employees shall be trained and certified by Hirsch Electronics for installation, software and
hardware.
V. SCHEDULE OF WORK
a. Scheduled work shall be performed according to the Schedule of Performance included in this RFP. Any
work to be performed contrary to this schedule shall be approved by the Airport POC prior to such
occurrence. The schedule shall be kept throughout the duration of the Contract, and if modified shall be
resubmitted to the Airport POC for approval as required.
b. Response Times:
1. Response time during basic service hours Monday through Friday 7:OOAM-3:OOPM.
• Response Requirements: Should contractor be called prior to 11:OOAM — Same Day
response is required.
• Should contractor be called out after 11:OOAM, next day by 7:OOAM is required response.
Only at Airport Management discretion may the response times be adjusted on a case by
case basis.
VI. AIRPORT SECURITY REQUIREMENTS
AIRPORT SECURITY. Criminal History Records Check (CHRC) — The Contractor will be required to
submit the City,prior to the commencement of services, a letter authorizing specific Contractor representatives
to approve the issuance of Airport Identification badges and the processing of a fingerprint CHRC based CHRC
and/or employment history verification. CHRC results must be made available to the City and the
Transportation Security Administrations(TSA)immediately upon request.
Under certain circumstances, and out of the control of the City, security measures may change on short notice.
No deviations from any security measure shall be allowed at any time.
Restricted Area Access—All Contractor personnel who require unescorted access to the restricted areas of the
Airport,prior to the issuance of an Airport Identification Badge, must successfully complete a fingerprint based
CHRC and Security Threat Assessment(STA). In accordance with CFR 49 1542.209,the CHRC must disclose
that the applicant has not been convicted, or found not guilty by reason of insanity, of any of the disqualifying
crimes listed below or as stated in 49 CFR 1542.209, during the 10 years before the date of the individual's
application for unescorted access authority, or while the individual has unescorted access authority. The
disqualifying criminal offenses are as follows:
1) Forgery of certificates,false making of aircraft,and other registration violations;49 U.S.C.46306.
2) Interference with air navigation;49 U.S.C.46308.
3) Improper transportation of a hazardous material;49 U.S.C.46312.
4) Aircraft piracy;49 U.S.C.46502.
5) Interference with flight crew members or flight attendants;49 U.S.C.46504.
6) Commission of certain crimes aboard aircraft in flight;46506.
7) Carrying a weapon or explosive aboard aircraft;49 U.S.C.46506.
8) Conveying false information and threats;49 U.S.C.46507.
9) Aircraft piracy outside the special aircraft jurisdiction of the United States;49 U.S.C.46502(b).
10) Lighting violations involving transporting controlled substances;49 U.S.C.46315.
11) Unlawful entry into an aircraft or airport area that serves air carriers or foreign air carriers contrary to
established security requirements;49 U.S.C.46314.
12) Destruction of an aircraft or aircraft facility; 18 U.S.C. 32.
13) Murder.
14) Assault with intent to murder.
15) Espionage.
16) Sedition.
19
21
17) Kidnapping or hostage taking.
18) Treason.
19) Rape or aggravated sexual abuse.
20) Unlawful possession,use,sale,distribution,or manufacture of an explosive or weapon.
21) Extortion.
22) Armed or felony unarmed robbery.
23) Distribution of,or intent to distribute,a controlled substance;
24) Felony arson.
25) Felony involving a threat.
26) Felony involving:
i) Willful destruction of property;
ii) Importation or manufacture of a controlled substance;
iii) Burglary;
iv) Theft;
v) Dishonesty,fraud,or misrepresentation;
vi) Possession or distribution of stolen property;
vii) Aggravated assault;
viii) Bribery;or
ix) Illegal possession of a controlled substance punishable by a maximum term of imprisonment of more
than 1 year.
27) Violence at international airports; 18 U.S.C.37.
28) Conspiracy or attempt to commit any of the criminal acts listed.
Employee Security Badges—All Employees,Agents, Vendors,Invitees,Etc.of the Contractor or Subcontractors
requiring access to the work site shall,in accordance with the PSP Security Program,be required to display airport
issued identification or be under the escort by personnel who is properly badged. Supervisors shall be badged with
a Pabn Springs International Airport Photo Badge. These badges will be identified numerically and issued to
individual employees with a permanent record maintained on each individual to whom a badge is issued. At the
completion of the contract,all badges will be returned to airport,or a charge of$56 per badge(subject to change)
will be assessed for all badges not returned. As part of the badge application process, each applicant will be
fingerprinted for use in an FBI Criminal Records search. Any person whose criminal record reveals offenses listed
by the TSA as disqualifying offenses will be denied a badge and will be prohibited from unescorted access to the
project site. All required paperwork and ID badge applications shall be submitted a minimum of two (2) weeks
before issuance of any badge. The Contractor and its staff are responsible for attending SIDA training and
completing security badge application, and airport familiarization. Attendance of the class and issuance of the
badge may take in excess of 3 hours. There will be a$38 charge(subject to change)for the FBI background check
and fingerprinting process,and a$38 charge(subject to change)for the badge for a total of$76.
The application for the SIDA badge can be found at:
www.nalmsnringsaimort-ca.gov
All violations of Airport security are also violations of the City of Pabn Springs Municipal Code Title 16, and/or
the Code of Federal Regulations. Any such violation may result in arrest, the issuance of a citation and/or the
immediate revocation of access privileges.
20
22
EXHIBIT`W
CITY'S REQUEST FOR PROPOSALS
CITY OF PALM SPRINGS, CA
NOTICE INVITING PROPOSALS FOR RFP #05-12
AIRPORT SECURITY ACCESS CONTROL SYSTEM MAINTENANCE SERVICES
NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting proposals from qualified
Contractors to provide the City with maintenance and repair services of its Security Access Control
System (SACS) at the Palm Springs International Airport.
PROJECT LOCATION: Palm Springs International Airport (PSP) 3400 E. Tahquitz Canyon Way,
Palm Springs, CA
SCOPE OF SERVICES: The scope of work will consist of performing software support, preventative
maintenance and repairs on all components relating to PSP's existing Security Access Control
System and any subsequent integrated upgrades.
OBTAINING RFP DOCUMENTS AND ADDENDA: The RFP document may be downloaded via the
internet at www.palmspringsea.gov (go to Departments, Procurement, Open Bids & Proposals), or by
calling the Office of Procurement and Contracting, (760) 322-8374. Upon downloading the RFP via
the intemet, contact Leigh Ann Gileno, Procurement Specialist II, via email at
LeiohAnn.GilenoO-Palmsorinosca.00v to register as a Contractor interested in this project. Failure to
register may result in not receiving addenda to the RFP.
EVALUATION OF PROPOSALS AND AWARD OF CONTRACT: This solicitation has been
developed in the Request for Proposals (RFP)format. Accordingly, Contractors 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 reserves the right to negotiate the terms
and conditions of any resulting contract. Final contract award, if any, will be made by the Palm
Springs City Council. The selected Contractor will be required to comply with all insurance and
license requirements of the City.
A non-mandatory Pre-Proposal Conference will be held at the Airport Conference Room (2nd floor—
Center Terminal) at 9:00 AM on Tuesday, February 28, 2012 and will include a tour of the Airport to
acquaint prospective Proposers with site conditions. Parking ticket validation will be provided at the
meeting. Attendance is strongly encouraged. Failure of a Proposer to attend the pre-proposal
conference shall constitute acceptance of all pre-existing site conditions and shall constitute a waiver
of any and all future claims relating to said conditions. No variation in a proposal submitted shall be
permitted based on a claim of ignorance. The Airport is located at 3400 E. Tahquitz Canyon Way,
Palm Springs, CA 92264. The conference room is located on the second floor above the main lobby
entrance of the airport. This will be the only site visit scheduled.
DEADLINE: All proposals must be received in the Procurement and Contracting Office, 3200 E.
Tahquitz Canyon Way, Palm Springs, CA, 92262 by 3:00 P.M., LOCAL TIME, THURSDAY, MARCH
15, 2012. The receiving time in the Procurement Office will be the governing time for acceptability of
Proposals. Telegraphic and telephonic Proposals will not be accepted. Reference the RFP
document for additional dates and deadlines. Late proposals will not be accepted and shall be
returned unopened.
21 23
PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal
shall be valid for asppperiod of 120 calendar days from the due date of proposals.
xvw d�isss Jgg4so
Leigh Ann Gileno, Procurement Specialist II
February 16, 2012
22
24
CITY OF PALM SPRINGS, CA
REQUEST FOR PROPOSALS (RFP) #05-12
AIRPORT SECURITY ACCESS CONTROL SYSTEM MAINTENANCE SERVICES
Requests for Proposals (RFP #05-12), for the maintenance and repair services of its Security Access
Control System (SACS) related equipment at the Palm Springs International Airport for the City of
Palm Springs, CA, (hereinafter the "RFP"), will be received at the Office of Procurement &
Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M. LOCAL
TIME, THURSDAY, MARCH 15, 2012. It is the responsibility of the respondent to see that any
proposal sent through the mail, or by any other delivery method, shall have sufficient time to be
received by this specified date and time. The receiving time in the Procurement Office will be the
governing time for acceptability of RFP proposals. Telegraphic, telephoniic, faxed or emailed RFP
proposals will not be accepted. Late RFP proposals will be returned unopened. Failure to register as
a Proposer to this RFP process per the instructions in the Notice Inviting Requests for Proposals
(under "Obtaining RFP Documents") may result in not receiving Addenda or other important
information pertaining to this process. Failure to acknowledge Addenda may render a proposal as
being non-responsive. We strongly advise that interested Contractors officially register per the
instructions.
1. PURPOSE AND SCHEDULE:
The City of Palm Springs is requesting proposals from qualified Contractors to provide the City with
maintenance and repair services of its Security Access Control System (SACS) (hereinafter the
"Project"). The selected Contractor will be expected to provide the required services to provide all
supervision, labor, materials, phone support, equipment, tools, expendable items and replacement
parts as required under the terms of this contract, necessary for the preventive maintenance and on-
call repair of its SACS and related equipment at the Palm Springs International Airport. The Airport's
SACS system is not under contract at this time and is being serviced by Systems Integration on a
month-to-month basis.
Qualified Contractors only: Only those Contractors that have demonstrated at least five (5) years
continuous maintenance of Security Access Control Systems at a Certified FAA Part 139 commercial
service airport operating under 49 CFR 1542 regulations may submit a proposal in response to this
RFP. Possession of a C10 — Electrical Contractor classification under the California Code of
Regulations is required. Failure to meet this requirement shall deem a proposal as non-responsive.
SCHEDULE:
Notice requesting Proposals posted and issued ............................................. February 16, 2012
Pre-Proposal Conference.............................................Tuesday, February 28, 2012, 9:OOA.M.
Deadline for receipt of Questions ...................................Thursday, March 8, 2012, 3:00 P.M.
Deadline for receipt of Proposals..................................Thursday, March 15, 2012, 3:00 P.M.
Short List/ Interviews/, *if desired by City ..........................................................to be determined
Contract awarded by City Council...................................................................... to be determined
*Dates above are subject to change.
23 25
"KEY" TO RFP ATTACHMENTS:
ATTACHMENT "A"- Signature Authorization Form, including Addenda acknowledgment.
*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" — Bid Bond. Must be completed and in the amount of not less than 10% of
the total amount of the proposal and included in the Cost Proposal envelope.
ATTACHMENT "E" —Sample boilerplate Contract Services Agreement (for reference only)
2. BACKGROUND & EXPERIENCE:
The City of Palm Springs owns and operates the Palm Springs International Airport. The Airport is
located in eastern Riverside County, Approximately 2.5 miles east of the central business district of
Palm Springs, California. The Airport serves as the major air transportation center for the entire
Coachella Valley. The airport serves approximately 1.5 million passengers each year with
approximately 60 percent of this traffic occurring between the months of December through May.
The successful Proposer must demonstrate a proven background in maintaining a highly technical
security system in an elevated and sensitive security environment, and, display the knowledge to
meet our evolving day to day needs. The successful Proposer shall have a minimum of five (5) years
of continuous experience in the service and maintenance of commercial security systems with access
control
3. SCOPE OF WORK, SERVICES, OBJECTIVES AND SPECIFICATIONS:
The Scope of Work consists of performing software support, preventative maintenance and repairs on
all components relating to PSP's existing, and subsequent upgrades, of its SACS system in an
expeditious manner to meet the daily demands of the airport. This will include maintaining an
inventory of parts to support a quick turn environment of those items critical toward maintaining
continuity and integrity of security system. Contractor will furnish all equipment, materials, supplies,
labor and service necessary to service and maintain all current systems. Key airport systems are
listed in attached list of software and associated components and equipment (copy contained herein
as Section III).
I. SCOPE OF WORK SHALL INCLUDE:
a. Provide full support of all SACS software and maintain the component systems currently in place,
except those that may currently be under a separate warranty or service agreement, at the following
location:
Palm Springs International Airport
3400 E. Tahquitz Canyon Way
Palm Springs, CA 92262
b. The contractor shall provide repair or resolution of systems or component failure issues critical to
continuity and integrity of any aspect of the SACS system, supply and furnish all necessary
equipment, materials and supplies required in performing the services of the Contract. The
contractor will actively consult Airport management, providing information regarding new and
emerging technology as it relates to security equipment and advances that would potentially enable
more cost efficient systems for its use.
24
26
II SECURITY ACCESS CONTROL SYSTEMS PROGRAM SERVICE SPECIFICATIONS AND
SCHEDULE OF PERFORMANCE:
a. Must provide full support of Hirsch Electronics Velocity Security Management Software with
Badging Module (See Section III)
b. Provide full network software and hardware support for security software and hardware and
those integrated systems that rely on the security networking system, (ie. No Fly/Selectee
and Custom TSA Threat Assessment software including modifications, perimeter intrusion
detection system, PIDS, FIDS, Mate Digital Video Analytics, Annunciation System, DVR,
various field devices, Paging System, CCTV, all electronic access control points)."
c. Coordinate programs and services that are currently under separate service agreement
(i.e., ACIP projects, FIDS and PIDS where applicable) and maintain those system/s
integration as currently incorporated and utilized within PSP's system.
d. Maintain a Minimum Inventory of Spares as listed in Section III.
e. The Minimum Inventory, Section Ill, is to be replaced as needed and on a cost plus FIFO
basis.
f. All Inventory spares to come with mfg warranty.
g. All non repairable or faulty equipment will be first replaced with on-site inventory if available.
All non repairable equipment will be returned to the airport.
h. All labor is covered for repair of deficient equipment.
i. Provide 24/7 response capability as well as phone technical support.
j. Designated Point of Contact with 24/7 contact information.
k. Critical response time within 4 hours. A critical callout will be determined at the Airports
discretion.
I. Resolution of reported problem will be no more than 48 hours following receipt of service
call.
m. Service to include a minimum of one (1) day each month for Preventative Maintenance
(PM) and systems check. Contractor to provide full documentation of diagnostics
performed per visit for both routine and non-routine PM's.
n. Routine service call can be addressed the next business day.
o. Warranties to be applied on hardware and software to the benefit of the airport.
p. Contractor to maintain status of all product licensing and renewals. Report to be updated
as needed, but at minimum annually. -
IV. SPARE AND REPLACEMENT PARTS
SYSTEM DESCRIPTION AND INVENTORY
• Hirsch Electronics Velocity Security Management Software w/Badging Module. This
includes an active server and cold back-up server, plus seven (7) workstations. All items
communicate over a dedicated security network. Software coverage includes upgrades to the
Velocity module but to include the operating system software (Microsoft server 2005, SQL
Server 2007) components as these may be required for future upgrades that cannot be
forecast at this time.
• Dedicated security network equipment. This equipment includes routers, switches, fiber
optic modems and equipment, as well as the maintenance of the programming for the network
equipment servers, workstations and other active components in the system. Systems that
rely on this network include FIDS/BIDS (PIDS), as well as Security Access Control (SACS)
and Closed Circuit Video System (CCTV).
• Exit Lane control and annunciation system. This includes the MATE Digital Video
Analytics server, software and electronics comprising the overall intrusion detection system
and custom hardware software for integration into control center and field devices. Also
included is custom software for integration to DVR and SACS systems.
25
n �
c_ f
• Control Consoles in Control Center. This includes the customized workstations with
motorized lift for writing surfaces and overall work surface.
• Hirsch Electronics with Twelve (12) M8 and Eight (8) M2 Access Panels and power
supplies.
• Hirsch Electronics Scramble/Proximity Card Readers (approximate 120).
• Closed Circuit Television matrix controllers (Pelco 9760 & 9500). Controller includes
redundant hot backup servers and software, matrix bays splitters, ooaxitron control units,
keyboards, and fiber optic modems.
• CCTV Cameras. Cameras shall be repaired, if possible, and, if not, shall be replaced on a
cost plus basis.
• Digital Video Recorders and 4 Raid-5 Hard Disc Drive Units (7 DVR Units and 3 RAID
Units).
• Custom TSA Threat assessment and No Fly reporting software (maintained on server).
Reports include modification per TSA changes in formats and integration to existing Velocity
software.
• Custom Security paging system and integration software (maintained on server).
Support includes software for integration of Velocity system to existing pager system and
paging system server.
• Control Console consisting of thirty (30) 20" Monitors.
• Control Console consisting of twenty-four(24) 40: Monitors.
• Badging Card Printer. This includes the primary and spare Evolys printers.
• Change outs and installs are to accommodate for water/rain and extreme weather
(heat/UV/direct sunlight) environmental conditions.
Below is a listing of key inventory components at the above locations:
SACS Spare Parts Inventory
(To Be Stocked and Maintained by Contractor)
Quantity Manufacturer Description
1 Hirsch MBN2 8 Reader Controller
1 Hirsch M2N2 2 Reader Controller
1 Hirsch AEB 8 Alarm input expansion board
1 Hirsch REB 8 Relay output Board
2 Hirsch DS47L-SPX-HID Indoor Reader Keypad
5 Hirsch DS47L-SPX-HI Exterior Reader Keypad
2 Hirsch MEB/CE32 Memory Expansion Board
1 Hirsch SN1 B2 Ethernet Communications Board
1 Hirsch Velocity workstation loaded
2 Pelco 9760-VCC Matrix Input Card
1 Pelco 9760-VMC16 Matrix Output Card
1 Pelco 9760 CXTA coaxitron translator
1 Pelco DD4 Spectra Mini dome indoor
2 Pelco SD43 Spectra Dome module
3 AD Raid-5 Hard Disc Drive replacement
2 Fiber Options Fiber video receiver
26
28
2 Fiber Options Fiber video transmitter
2 Fiber Options Fiber video & Data receiver
2 Fiber Options Fiber video & Data transmitter
1 AD Video Quad unit
12 Hirsch Key Pad Membranes
5 AD DVR Hard Disc Drive Units
2 Dell 20" Monitors
1 NEC 40" Monitor
1 Samsun 40" Monitor
IV. Employees
a. Contractor shall staff its operations in classifications and numbers needed to meet the
requirements of the Request for Proposal. These levels are based on a minimum
number of employees as follows:
(3) Sufficient qualified staff, as may be required, to perform all trouble call work in a
complete and expeditious manner. This includes electrical, mechanical, and
troubleshooting repairs
(4) One (1) management level employee to act as a point of contact for the
AIRPORT and be responsible for all parts of the execution of the contract.
Changes in the staffing of this position must be approved by the Airport POC.
e. All employees, representatives, and officials shall be expected to maintain excellent
relations with the public, Airport officials and employees. Any display of offensive,
discourteous or rude behavior by any representative of the Contractor may be cause for
contract termination.
f. Use of alcoholic beverages by Contractor representatives is prohibited, and
representatives are prohibited from being on the premises under the influence of alcohol
or other substances.
g. Contractor employees shall be trained and certified by Hirsch Electronics for installation,
software and hardware.
V. SCHEDULE OF WORK
a. Scheduled work shall be performed according to the Schedule of Performance
included in this RFP. Any work to be performed contrary to this schedule shall be
approved by the Airport POC prior to such occurrence. The schedule shall be kept
throughout the duration of the Contract, and if modified shall be resubmitted to the
Airport POC for approval as required.
b. Response Times:
1. Response time during basic service hours Monday through Friday 7:OOAM-3:OOPM.
• Response Requirements: Should contractor be called prior to 11:OOAM — Same Day
response is required.
27 29
Should contractor be called out after 11:OOAM, next day by 7:OOAM is required
response. Only at Airport Management discretion may the response times be
adjusted on a case by case basis.
VI. AIRPORT SECURITY REQUIREMENTS
AIRPORT SECURITY. Criminal History Records Check (CHRC) The Contractor will be
required to submit the City, prior to the commencement of services, a letter authorizing
specific Contractor representatives to approve the issuance of Airport Identification badges
and the processing of a fingerprint CHRC based CHRC and/or employment history
verification. CHRC results must be made available to the City and the Transportation
Security Administrations (TSA) immediately upon request.
Under certain circumstances, and out of the control of the City, security measures may
change on short notice. No deviations from any security measure shall be allowed at any
time.
Restricted Area Access — All Contractor personnel who require unescorted access to the
restricted areas of the Airport, prior to the issuance of an Airport Identification Badge, must
successfully complete a fingerprint based CHRC and Security Threat Assessment (STA). In
accordance with CFR 49 1542.209, the CHRC must disclose that the applicant has not been
convicted, or found not guilty by reason of insanity, of any of the disqualifying crimes listed
below or as stated in 49 CFR 1542.209, during the 10 years before the date of the
individual's application for unescorted access authority, or while the individual has
unescorted access authority. The disqualifying criminal offenses are as follows:
1) Forgery of certificates, false making of aircraft, and other registration violations; 49
U.S.C. 46306.
2) Interference with air navigation; 49 U.S.C. 46308.
3) Improper transportation of a hazardous material; 49 U.S.C. 46312.
4) Aircraft piracy; 49 U.S.C. 46502.
5) Interference with flight crew members or flight attendants; 49 U.S.C. 46504.
6) Commission of certain crimes aboard aircraft in flight; 46506.
7) Carrying a weapon or explosive aboard aircraft; 49 U.S.C. 46506.
8) Conveying false information and threats; 49 U.S.C. 46507.
9) Aircraft piracy outside the special aircraft jurisdiction of the United States; 49 U.S.C.
46502(b).
10) Lighting violations involving transporting controlled substances; 49 U.S.C. 46315.
11) Unlawful entry into an aircraft or airport area that serves air carriers or foreign air carriers
contrary to established security requirements; 49 U.S.C. 46314.
12) Destruction of an aircraft or aircraft facility; 18 U.S.C. 32.
13) Murder.
14) Assault with intent to murder.
15) Espionage.
16) Sedition.
17) Kidnapping or hostage taking.
18) Treason.
19) Rape or aggravated sexual abuse.
20) Unlawful possession, use, sale, distribution, or manufacture of an explosive or weapon.
21) Extortion.
22) Armed or felony unarmed robbery.
23) Distribution of, or intent to distribute, a controlled substance;
28
30
24) Felony arson.
25) Felony involving a threat.
26) Felony involving:
i) Willful destruction of property;
ii) Importation or manufacture of a controlled substance;
III) Burglary;
iv) Theft;
v) Dishonesty, fraud, or misrepresentation;
vi) Possession or distribution of stolen property;
vii) Aggravated assault;
viii) Bribery; or
ix) Illegal possession of a controlled substance punishable by a maximum term of
imprisonment of more than 1 year.
27) Violence at international airports; 18 U.S.C. 37.
28) Conspiracy or attempt to commit any of the criminal acts listed.
Employee Security Badges — All Employees, Agents, Vendors, Invitees, Etc. of the
Contractor or Subcontractors requiring access to the work site shall, in accordance with the
PSP Security Program, be required to display airport issued identification or be under the
escort by personnel who is properly badged. Supervisors shall be badged with a Palm
Springs International Airport Photo Badge. These badges will be identified numerically and
issued to individual employees with a permanent record maintained on each individual to
whom a badge is issued. At the completion of the contract, all badges will be returned to
airport, or a charge of $56 per badge (subject to change) will be assessed for all badges not
returned. As part of the badge application process, each applicant will be fingerprinted for use
in an FBI Criminal Records search. Any person whose criminal record reveals offenses listed
by the TSA as disqualifying offenses will be denied a badge and will be prohibited from
unescorted access to the project site. All required paperwork and ID badge applications shall
be submitted a minimum of two (2) weeks before issuance of any badge. The Contractor and
its staff are responsible for attending SIDA training and completing security badge application,
and airport familiarization. Attendance of the class and issuance of the badge may take in
excess of 3 hours. There will be a $38 charge (subject to change) for the FBI background
check and fingerprinting process, and a $38 charge (subject to change) for the badge for a
total of$76.
The application for the SIDA badge can be found at:
www.palmspringsairoort-ca.Qov
All violations of Airport security are also violations of the City of Palm Springs Municipal Code
Title 16, and/or the Code of Federal Regulations. Any such violation may result in arrest, the
issuance of a citation and/or the immediate revocation of access privileges.
4. PROPOSAL REQUIREMENTS:
The Contractor's proposal should describe the methodology to be used to accomplish each of the
project tasks. The proposal should also describe the work which shall be necessary in order to
satisfactorily complete the task requirements.
Please note: this RFP cannot identify each specific, individual task required to successfully and
completely implement this project. The City of Palm Springs relies on the professionalism and
competence of the selected Contractor to be knowledgeable of the general areas identified in the
scope of work and to include in its proposal all required tasks and subtasks, personnel commitments,
man-hours, direct and indirect costs, etc. The City of Palm Springs will not approve addenda to the
29 31
selected Contractor's agreement which do not involve a substantial change from the general scope of
work identified in this RFP.
5. SELECTION PROCESS:
This solicitation has been developed in the Request for Proposals (RFP) format. Accordingly,
proposers should take note that multiple factors as identified in the RFP will be considered by the
Evaluation Committee to determine which proposal best meets the requirements set forth in the RFP
document. PRICE ALONE WILL NOT BE THE SOLE DETERMINING CRITERIA. The City shall
review the proposals submitted in reply to this RFP, and a limited number of Contractors may be
invited to make a formal presentation at a future date if desired by the City. The format, selection
criteria and date of the presentation will be established at the time of short listing, if conducted.
6. PROPOSAL EVALUATION CRITERIA:
An Evaluation Committee, using the following evaluation criteria for this RFP, will evaluate all
responsive proposals to this RFP. Contractors 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. Contractor, staff, team (including any subcontractors) qualifications and experience, including
references. Provide a list of the Contractors' three largest airport accounts with
referral/references, including contact information. (25 POINTS)
B. Proposal Organization, conformance with the RFP instructions, and demonstrated
Understanding of the overall project and requested Scope of Work (20 POINTS)
C. Work Proposal (20 POINTS)
D. Local Preference (5 POINTS)
Contractors that qualify as a Local Business, or employ local sub-Contractors, and submit a
valid business license as more fully set forth in Section F.1 below, pursuant to the City of Palm
Springs Local Preference Ordinance 1756). The full local preference, five (5) points, will be
awarded to those that qualify as a Local Business. Two (2) points will be awarded to a non-local
business that employs or retains local residents and/or Contractors for this project. Non-local
Contractors that do not employ or retain any local residents and/or Contractors for this project
shall earn zero (0) points for this criteria.
E. Cost Proposal (30 POINTS)
PRIOR CITY WORK: If your Contractor has prior experience working with the City DO NOT assume
this prior work is known to the evaluation committee. All Contractors are evaluated solely on the
information contained in their proposal, information obtained from references, and presentations if
requested. All proposals must be prepared as if the evaluation committee has no knowledge of the
Contractor, their qualifications or past projects.
7. PROPOSAL CONTENTS:
Contractors 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 twenty-five (25) sheets of paper (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
30
32
do NOT count toward the page limit. Interested Contractors shall submit SIX (6) copies (one
marked "Oriainai" plus five (5) copies) of its proposal by the deadline.
All proposals shall be sealed within one package and be clearly marked, "RFP #05-12, REQUESTS
FOR PROPOSALS FOR Airport Security Access Control System Maintenance Service. Within the
sealed proposal package, the Cost Proposal shall be separately sealed from the Technical/Work
Proposal. Proposals not meeting the above criteria may be found to be non-responsive.
EACH PROPOSAL PACKAGE MUST INCLUDE TWO (2) SEPARATELY SEALED ENVELOPES:
Envelope#1, clearly marked "Technical/Work Proposal', shall include the following items:
• Completed Signature authorization and Addenda Acknowledgment(see Attachment A)
• If applicable, your specific request for Local Preference (see Attachment A) and a copy of a valid
business license from a jurisdiction in the Coachella Valley.
• Completed, and notarized, Affidavit of Non-Collusion (see Attachment B)
• Technical/Work proposal — describe in detail your approach and understanding of all necessary
tasks and steps involved in the project; include a list of deliverables
• Related Experience; include relevant experience date, name of agency, and reference
name/contact information
Envelope#2, clearly marked "Cost Proposal", shall include the following item:
• Cost proposal — see (Attachment "C") provide a Cost Proposal that includes all costs associated
with providing all labor, supervision, services, materials equipment, supplies installation, testing
and training to complete requirements herein.
• An itemized cost proposal to be quoted separate from the preventative maintenance portion as
detailed in Attachment"C" at an hourly rate for non-routine maintenance and repair cost for on-site
trouble calls.
• Do NOT include Attachment "A" or Attachment "B" in the Cost Proposal envelope.
Attachments "A" and "B" are to be included in Envelope#1, "Technical/Work Proposal".
• A Bid Bond is to be submitted in the amount of no less than 10% of the total amount of the
proposal and made payable to the City. See Bid Bond Form Attachment"D".
At a minimum, Contractors 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/WORK PROPOSAL; The Technical/Work Proposal (Envelope #1) shall be clearly
marked and shall include the Sections A, B, C, D* (*if Local Preference is applicable)and E
below:
SECTION A:
CONTRACTOR, STAFF, TEAM (including any subcontractors) QUALIFICATIONS AND
EXPERIENCE, INCLUDING REFERENCES
A.1 Follow the instructions and properly complete and execute both Attachment "A" and
Attachment "B" that are provided in the RFP and include them here in your proposal. If applicable,
your specific request for Local Preference (reference Attachment A) and a copy of a valid business
license from a jurisdiction in the Coachella Valley is to also be included here.
A.2 Describe the Contractor'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. Contractors must have demonstrated at least five (5) years continuous maintenance
3]
33
of Security Access Control Systems at a Certified FAA Part 139 commercial service airport operating
under 49 CFR 1542 regulations. Possession of a C10 — Electrical Contractor classification under the
California Code of Regulations is required. Proposals are to include qualifications, and, list specific -
experience supporting Hirsch Electronics Velocity Security Management Software and its integration
on component hardware and equipment.
A.3 Indicate the name of any sub-contractor Contractors 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 Provide a list of the Contractors' three largest airport accounts with referral/references,
including contact information.
A.6 Provide statement Warranties applicable to all parts and labor and software (as it applies to
new equipment and software)
SECTION B:
PROPOSAL ORGANIZATION, CONFORMANCE WITH RFP INSTRUCTIONS, AND
DEMONSTRATED UNDERSTANDING OF THE OVERALL PROJECT AND REQUESTED SCOPE
OF WORK
B.1 Carefully review and verify that your proposal is well organized and follows ALL OF THE
INSTRUCTIONS on proper organization, format, order, and conformance with all requirements,
including any and all required signatures, attachments, acknowledgements, or other documents that
are required to be submitted. Failure to follow the instructions may result in your proposal being non-
responsive and rejected from consideration.
B.2 Without reciting the information regarding the Project verbatim as contained in this RFP,
convey your overall understanding of the Project and an understanding of the City's expectations
upon implementation of the Project.
B.3 Identify any"key" or"critical" issues that you believe may be encountered on the Project based
on the Contractor's prior experiences; and provide steps to be taken to ensure the issues identified do
not affect the successful delivery of the Project.
SECTION C:
WORK PROPOSAL
CA Proposer should refine and/or expand the Scope of Work to reflect their understanding of the
project and include a detailed technical work proposal, including proposed plan and technical
approach, inclusive of all necessary materials, detailed proposed equipment list, and all labor (work
plan) necessary to fully execute and provide maintenance services for Hirsch Electronics Velocity
Security Management Software and its integration on component hardware and equipment as
requested in the scope of work. Identify all tasks and sub-tasks required to successfully implement all
phases of the project.
C.2 Contractor shall demonstrate the availability of adequate parts and! service facilities in the
Southern California area to properly service all aspects of the system.
SECTION D:
32
34
LOCAL PREFERENCE
D.1 Pursuant to the City of Palm Springs Local Preference Ordinance 1756, in awarding contracts
for services, including Contractor services, preference to a Local Business shall be given whenever
practicable and to the extent consistent with the law and interests of the public. The term "Local
Business" is defined as a vendor, contractor, or Contractor who has a valid physical business address
located within the Coachella Valley, at least six months prior to bid or proposal opening date, from
which the vendor, contractor, or Contractor operates or performs business on a day-to-day basis, and
holds a valid business license by a jurisdiction located in the Coachella Valley. "Coachella Valley" is
defined as the area between the Salton Sea on the south, the San Jacinto and Santa Rosa Mountains
on the west, and the Little San Bernardino Mountains on the east and north. For the purposes of this
definition, "Coachella Valley" includes the cities of Beaumont and Banning and the unincorporated
areas between Banning and the City of Palm Springs. Post office boxes are not verifiable and shall
not be used for the purpose of establishing such physical address.
The Contractor will also, to the extent legally possible, solicit applications for employment and
proposals for subcontractors and sub-Contractors for work associated with the proposed contract from
local residents and Contractors as opportunities occur and hire qualified local residents and
Contractors whenever feasible.
In order for a business to be eligible to claim the preference, the business MUST request the
preference in the Solicitation response (see Attachment A) and provide a copy of its current
business license (or of those it employs for this project) from a jurisdiction in the Coachella
Valley.
D.2 List all team members with local expertise. Clearly define their role in the overall project.
COST PROPOSAL; The Cost Proposal (Envelope #2) shall be clearly marked in a separately
sealed envelope and shall include Section E below:
SECTION E:
COST PROPOSAL (*see instructions in Section 7 above and Attachment "C")
E.1 The cost proposal (in a separate sealed envelope) shall be defined as a "Lump Sum", for the
PM annual amount. An itemized rate to be quoted separate from the PM portion as detailed in
Attachment "C" at an hourly rate for on call non-routine maintenance and repair cost for on-site trouble
calls. 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.
E.2 Annual total cost, for each year(5)of the agreement, for the maintenance of the Airports
Security Access Control System as per above scope above less the cost of the Minimum Inventory of
Spares (Exhibit"C").
E.3 Cost of the minimum inventory of spares as presented in (Exhibit "C").
EA Cost Plus/Percentage markup for replacement parts/components that will be used to charge
the Airport for the term of this agreement and for replenishment of Spares (Exhibit"C").
E.5 Hourly service rate, for each year(5) of this agreement that will be used to charge for service
outside the scope of this agreement.
8. GENERAL AND SPECIAL CONDITIONS:
33
35
DEADLINE FOR SUBMISSION OF PROPOSALS: Proposals will be received in the City of Palm
Springs, Office of Procurement and Contracting until 3:00 P.M., LOCAL TIME, THURSDAY, MARCH
15, 2012. 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 Contractors replying to this RFP to see that
any proposal sent through the mail, or via any other delivery method, shall have sufficient time to be
received by the Procurement Office prior to the proposal due date and time. Late proposals will be
returned to the Contractor 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: Leigh Ann Gileno, Procurement Specialist II
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: Contractors, their representatives, agents or anyone else acting on their behalf are
specifically directed NOT to contact any city employee, commission member, committee member,
council member, or other agency employee or associate for any purpose related to this RFP other
than as directed below. Contact with anyone other than as directed below WILL be cause for
rejection of a proposal.
Any questions, technical or otherwise, pertaining to this RFP must be submitted IN WRITING and
directed ONLY to:
Leigh Ann Gileno
Procurement Specialist II
3200 East Tahquitz Canyon Way Palm Springs, CA 92262
via FAX (760) 323-8238
or via EMAIL: LeighAnn.Gilenoaa.palmspringsca.gov
Interpretations or clarifications considered necessary in response to such questions will be resolved
by the issuance of formal Addenda to the RFP. The deadline for all questions is 3:00 P.M., Local
Time, Thursday, March 8. 2012. 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 Contractor 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" Sample Boilerplate Agreement).
Please note that the Exhibits are intentionally not complete in the attached sample standard
document. These exhibits will be negotiated with the selected Contractor, and will appear in the final
Contract Services Agreement executed between the parties.
TERM: The term of any Contract resulting from this solicitation will be for a period of three (3) years,
with two (2) additional one year renewal options, renewable upon mutual consent of the City and the
Contractor. The Contract will commence on the date of the Notice to Proceed.
34
36
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.
PROPOSAL SECURITY BONDS, AND INSURANCE: Each Proposal shall be accompanied by a
certified or cashier's check or approved Bid Bond in the amount stated in the Notice of Request for
Proposals. Said check or bond shall be made payable to the City and shall be given as a guarantee
that the Proposer, if awarded the Work, will enter into an Agreement with the City and will furnish the
necessary insurance certificates, Payment Bond, and Performance Bond. In case of refusal or failure
of the successful Proposer to submit bonds and insurance and enter into said Agreement, the check
or Bid Bond, as the case may be, shall be forfeited to the City. If the Proposer elects to furnish a Bid
Bond as its security, the Proposer shall use the Bid Bond form bound herein, or one conforming
substantially to it in form.
AWARD OF CONTRACT: It is the City's intent to award a contract to the Contractor 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 Contractor to be
recommended for award and a contract has been negotiated and agendized for consideration. The
decision of the City Council will be final.
PERFORMANCE BOND AND INSURANCE: The successful Proposer shall furnish within 14
calendar days after Notice of Award, a Performance Bond in the sum of the amount of Agreement.
The successful Proposer shall maintain the validity and enforcement of said bond for the duration of
the Contract. Also, the successful Proposer shall furnish within 14 calendar days after Notice of
Award certificates of Insurance as per the instructions contained herein.
PAYMENT BOND: Concurrently with execution of Agreement, Contractor shall deliver to Agency a
payment bond (Material and Labor Bond) in the sum of the amount of Agreement, in the form
provided by the City Clerk, to satisfy claims of material suppliers and mechanics and laborers
employed by Contractor on the work. The bond shall contain the original notarized signature of an
authorized officer of the surety and affixed thereto shall be certified and current copy of his power of
attorney. The bond shall be unconditional and remain in force until the work is accepted by Agency
and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code.
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 Contractors responding to this RFP shall be responsible. If it
is found that a Contractor 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.
35
37
PUBLIC RECORD: All documents submitted in response to this solicitation will become the property
of the City of Palm Springs and are subject to the California Code Section 6250 et seq., commonly
known as the Public Records Act. Information contained in the documents, or any other materials
associated with the solicitation, 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 Contractor, if any, by the City
Council.
COST RELATED TO PROPOSAL PREPARATION: The City will NOT be responsible for any costs
incurred by any Contractor 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 Contractor 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 Contractors responding to this RFP to perform the Work and the
Contractor 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 Contractor fails to satisfy the City that such Contractor 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 Nlon-Collusion provided as
Attachment "B" in the RFP and include it with their proposal.
PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal
shall be valid for a period of 120 calendar days from the due date of proposalls.
SIGNED PROPOSAL AND EXCEPTIONS: Submission of a signed proposal will be interpreted to
mean that the Contractor responding to this RFP has hereby agreed to all .the terms and conditions
set forth in all of the sheets which make up this Request for Proposals, and any attached sample
agreement. Exceptions to any of the language in either the RFP documents or attached sample
agreement, including the insurance requirements, must be included in the proposal and clearly
defined. Exceptions to the City's RFP document or standard boilerplate language, insurance
requirements, terms or conditions may be considered in the evaluation process; however, the City
makes no guarantee that any exceptions will be approved.
36
38
04 PAthq S,o
� 9
Z
u`
c'9t�roh*`1p
REQUEST FOR PROPOSAL WP 0542)
FOR
AIRPORT SACS MAINTENANCE SERVICES
ADDENDUM NO.1
This Addendwn is being waied for the aril uftmatiorW Gems:
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 SPE(3FICATIONS AND
INSTRIXTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE
CONTRACT DOCUMENTS.
The CAY has tacetved the fo/bwft question and is hereby provkft arms>hereto:
Q 1: What Type of access cared system and shwa e is twe ai p usW.
A 1: MwuWhnr Misds HwdAare:I h Sdhserer Vebafy
Q Z; What type of CCTV system and so!Wma is Ise aFport presently using?
A 2: Palco
Q 3: How marry days of storage are required for video storage?
Al Craret*theta is no n r m daytaquiremart based on cwreM
Q 4: What Is the tom d=ge cavity?
A 4: Total ofhtrdy=(28)We Wes of video storage beh~sawn(7)DVR's and three q
video storage unds.
05: Who kistalled the orig W system?
A 5: System Integration Corp.as a wkcm&acbr for Diabofd
Q 6: Who is provi ft pearseter farce project?
A 8: CS Condnx bon,PnoersncArkona
Q 7: What is Ire mb®rsam requrewmd for rephwement d video storege capacity/.
A7: Egual orbef er
Q 8: Who provides yea pagng system?
A& Afahwdle. Aldon*is integrated with rim Kom*sysem
37
39
Q 9: Will the Airport provide a scissor lift or does the contractor provide a scissor ift?
A& to provide Urekown scissor 0as needed.
Q W. What is the narne of the conurninicabon panels on
A 10: The rho fiaque W M is communicated through TtwW Radio Thwwiilfors and
Raceivem
Q 11: Is the platotrn fiber optic or cable?
A 11: A nabdury ofboffi fiber qritc and cable.
Q 12: Who stipports ft Flight Information Display Systems(FIRS)?
A 12. atrm}Teduwkgies
Q 13: What is ADA?
A 13 Area
Q 14: What is PID?
A 14. Peftoeter hArusion Detection
Q 15: Can you provide a foolprint of camera locations and how Ivey are coannurh .
A 15: Yes(will be provided directly to reillistered vendors only vft have exectiled the
disclowre agreement.)
CORRECTION FROM JOB SITE WALK-THRti:
Owing the job site walk thru taeld on February 2e,staff stated tad the successfitil
contractor would be responsible for inaintaining the FIDS System Thy statement was
Incorrect and the original histructiom as provided an page 5.section 3 of the RFP
document reoram valid. Contractor will tEJ maintain the FIDS System
BY ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA
Leah Arch Gffeno
Promirernart 11
DATE: Febngury29,2D12
ADDENDUM ACKNOWLEDGMENT:
Proposer Finn Name:
Aulliortzed e: Date:
AcbwwbdWMM of R&COW of fiddendumn t Is nquirmck by*Wning and Including to adumeweedgruent vAfb Vain'
subenfibit or you miw aim ackaffivMdue to Addenda an tro When or Aftachnuint A Fathxa to
Uft Addendwn mayresWt In yaw subadthd being
38
40
O ?ALM
U �y
SJ#p8e.i5 RJ
J c,�tr�oaN'4
REQUEST FOR PROPOSAL(RFP 05-12)
FOR
AIRPORT SACS MAINTENANCE SERVICES
ADDENDUM NO.2
This urn is being issued for the following changes and Informational itaim
THE FOLLOWING REVISIONS ANWOR 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.
CONTRACTOR CERTIFICATION FROM HIRSCH:
As ideriffied in the RFP document,the Pain Springs kiternatiorial Airport SACS system
is from Hirsch Identive Inc. and the scope of work requires that contractors fig
support of Hlirsch Elactror= VeWO Secur#y Management Software titb Baciging
ModuW As descibed in the document, full support ffickldes all maintenance,
programing,and spare Parts,etc-eta
Hirsch Idertrw Inc their dealer �a,fn,�d who recenies their
authOrbDdicarlified training on thex system. As such, the City of Palm Springs has no
control ova which contractors, or how many contractors, are approved/certified by
Hirsch Iderititv Inc. to provide the service and parts as required in this RFP. ONLY
contractors that have Hirsch authoruxdkertified system training and dealer access to
Hirsch parts are eligible to respond to this RFP. Contractors submittfng a proposal in
response to this RFP are required to provide with their submittal written proof
from Hirsch Identive Inc. of their authorizecifea toted Hirsch syslern training and
dealer access to spare parts.
The clue date and time has been extended to TUESDAY. APRIL 3. 2012 AT
3-130131111.
The ilea for questions has been extended to Tuesclay, March 27, 2012 at
3.00PM.
A second, story Pre-Proposal Conference win be hell at the Airport
Conference Room (Zw floor— Center Terminal)at 10:00 AM on Thursday, March 15,
2012 and will Include a tour of the Airport to acquaint prospecfte Proposers with site
conditions. Parking ticket validation will be provided at the meeting. Attendance is 41
strongly encouraged. Failure of a Proposer to attend the pre-proposal conference
acceptance of all site conditions and shale constkite a
waiver of any and all halm clairns rellaft to soli conditions,s, No variation in a propel
submitted shelf be pernutted based an a claim of ignorance. The Airport is located at
3400 E Tale Carryon Way, Palm SpnrqM CA 92264. The oonfererm mom Is
located on the second floor above the main lobby entrance of the airport'
ITY ORDER OF THE CITY OF PALM WRINGS,CALIFORNIA
Leigtr Am Gkro
orient Specialist if
DATE: March 7,2012
ADDENDUM ACKNOWLEDGMENT.
Roposer Firm Now.
Aultiortzed Somlim Dam
Aduumbdommit 2 Y required by dWdM and the jt%a ywr
or you may dso admawledge das Addumb an No bad=of Aftedowat A FeWm to admawbdp
VftAddwdm mayrwwA In Von wAxnRW being dmmod wxw-�
40
42
04 ?AC,y 4A
' 41
4 �
REQU
EST FOR P1 (RFP 0542)
FOR
AIRPORT SACS MAINTENANCE SERVICES
ADDENDUM NO.3
This is being issued fior the following dwges and w0bomational iterw
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.
Q 1: Your notice stales you ruse a hid bond of no Raw than 10%. We do not provide bid bands;wB that disquaffy
us from subrra'tirrg a proposal?
A f: As rdamwed n the RFP doaenal page 15 nr Ptoposar Securky buwanoa� Tmch PmPosafshalbe
bye orca&Vwtdraakw BdBoWntraanourlabb4cn 6e
naopffmof eNwa araastuWsd rnfeu faOdBwd. Fh*nv*xP;v"bjds&cur#yihftkrm
ofa ra NrorBdBandwda edworddra ntom*andymrpcposat
Q 2: 1 am not carlded to work on the Hirsch Velocity System and!carrot be certified wthout goeg tvoullh the
dead Program. I have a company with whore I have dealt with that is a Hirsch dealer.I t with there
about the pr*d and asked#they world be bilarested In pmbwwhV with me That'are. Is this opftVsokdion
acceptable?
A 2: The Cty would only be able to contract direcdy with a tfrsdt cwdffodftdxxtmd dealer to samba our system,
and('hose thatprowda fie mainferwoe and service work world have to provide wsdlen allwMali n kom fnsch
that Hwy are cartilled4ughorked A perbwaf* would not be an option ff you do not have the proper
from h irsch as hang trained to provide the service as requested in the RFP
BY ORDER OF THE CITY OF PALM CALIFORNIA
Leigh Arm
procuremerd Specialist t
DATE: March?,2D12
ADDENDUM ACKNOWLEDGMENT:
Proposer Fero Name:
of RGOW or Addandam3 b re*dred by SWUV MW hckKWW the wAmwakc1proard vft pare siftnuA or you racier Wo
dclawahnfaw
d dw Addmmra on the bottom ofAttachmot A. Fawae b admowbdpa No Adduakan nW rand(6 yaw a baba
41
43
�� PALS Sp
1!,,�
y �
C40FOK '
REQUEST FOR PROPOSAL(RFP 05.12)
FOR
AIRPORT SACS MAINTENANCE SERVICES
ADDENDUM NOA
This Addendurn is being issued for the fiellming changes and informbonal ifiems:
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,
Q 1: We do not have 5 years of airport expedence as outlined in the RFP. However,we do have extensive
Hirsch Electronics eNwwice serving and supporting various rnanne vessel ports gut mum adhere to
strict federal transportation guidelines regarding security(specifically TWI% Additionally,we have
dozens of sunflar high security Hirsch deployments including an eAensive and complex one for the
Department of Energy. Can the experience qualify as an acceptable substitute for the 5 years of
airport e> ce that was required?
A 1: Yes on the specYic experience of a contractor, the Cry may kept equivalerd experience
n Neu o4 Airport experence. The tufty reserves the right to determine what is, or is not acceptabAe.
The RFP document has been revised to reflect the accepfntNe experience below.
CLARIFICATIONS(REVISIONS OF RFP DOCUMENT:
Qualified Cordractors ordv: STRIKE. Only those Contractors Wist haw dernoneh*Wd at least We(5)
yam sentiramus mairteneffm of Saw* Assess GoAtFall ad FAA, Pad 13-9
ReWdatleas is required- Palk-we to most Ws Faqukement shell deem a pFoposal as rAn sesponsivat
REPLACE WITH:
Qualified Contractors only Only fame Contractors that have demonstrated at least free (5) years
corMmxxs maintenance of Security Access Control Systems at a Certilied FAA Part 139 commercial
service airport operating under 49 CFR 1542 regulations or equh alent and shnttlar strict State or
Federally regulated fectiffies. may submit a proposal in response to this RFP. Possessim of a C10—
Electrical Contractor clessificafion under the California Cade of Regulations is requffed. Falure to meet
Oft requrement shall deem a proposal as non-responsive.The Clty reserves the right to dotermine,the
accoptabillty of equivalent or similar experience and quallflicattons to determine the ability of the
Pry to perform the Work.
BY ORDER OF THE CITY OF PALM SPRINGS,MIFORNIA
42
44
3,Amc,4 —
Am
nt Speciast It
DATE: Marcy 14,2D12
ADDENDUM AC LEDGMENT_
Proposer Em Name:
AuffwrtnedSookm Date:
of Addukhma 4 is by aWdaq and hckWft Hn adlnmWqmawA aRh yma m6mWak w yma mwf abo
ackowAiedp Mat Addenda an do boftm of Aftclumard A FaWas to Oft Addmtkm may result he ywa tubnftd bdV
43
45
p4 PA2M s
Z
REQUEST FOR P (RFP 05-12)
FOR
PURPORT SACS MAINTENANCE SERVICES
ADDENDUM NO.5
TNs Addendtun is being issiled for the folowing duuVes and inlormational Ken,&
THE FOLLOWING REVISIONS ANDIOR ADDITIONS TO THE RFP DOCUMENT ANC
INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHIW
CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL
BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS_
Q 1: Did you receive upgrades in the velocity software as a part of the maintenance or did you pay for it?
A 1: Alo—wehadtopayfarZ
02. How many badged wr0oyees do you mirrently have?
A 2: tety 1500 Badges which must the compahVe with Hosch products
03 What are the biggest manitenance issue with the cxarent system?
A3: CamerasorCCTV
Q 4: Do you have detailed documents from the achial Install'?
A 4: Yes
Q 5: What rmkro -M ate you chg?
A 5: 8dernaf hard drive whh need ofhdure improvements
Q S: What airnd of back-tip are you doing?
A 8: Manual
Q 7: Has the fire department ever asked for the Secti ty System to be tied into the fire system?
A 7: Aff emergency exits underecom Contract ate currenW Pied to extft fee system.
Q 8: Wlat is the ratio of fixes camera's to pan tilt zDorn(PTS)?
A 8: AppA irni fa/y 85%ATZ
44
46
Q 9: How does the corAractor gain access to the ramp areas?
A 9: AGAvehrcledrAwbairft. Access point is #15.
Q 10Y Does the airport provide a scissor DR or does Un contractor have to provide?
A 10 to provide for brig terry projects. Airport has a scissor ml but use must be CoWdkWed
Under dyad escort by approved anpod pemsorvrel
Q 11: is baOgkVrbaclqpourid wrfarrahm of contractor shared with offm airports?
A 11: No
Q 12: How ImV does the Airport training ?
A 12. 2-3 bows
013. How forg does badgmg process fie?
A 13. 5-7 days
014. Any card readers in the elevators?
A 14, Ma
Q 1& WiR the Contract be required to orgarize and tabel c am?
A 15: Yes—To be coordbuyted w#h Airport.
Q 16: Once awarded,do you wit a preventative niahtenance mapping?
A 16. Yes
Q 17: Any mKkn tied to fare alarm?
A 17. ire system not tied to readers, it is tied to Chax-#Devices w#h in the crash bars.
Q 18: What back-up generators are ava ?
A 18. Enfire Airport is scyported bybad*-up 9erwaterm
Q 19: Aside from the access cor d critical slain,%IW othar poi vts are being monitored?
A 19. UPS's avid Temper&Wdm
Q 20: Any issues wfth door Hardware?
A 20: Sore isms widr
Q 21: Whet about used stooK Can that be la* in for repaifl
A 21: Yes.
Q 22 Are you on an SNET or XNEf?
3
45
47
A 22: Both
023, SN1132 or Xbox?
A 21 SNfB2 boards we insteAed on some Hirsch cogs through a network connechon.
Q 24: What are the hares of the Airport?
A 24. 24/7
Q 2x What time is necessary for repairs?
A 2& Business hours for routine repairs between 6AM to 9PM. After hoes for a teat repairs Drat could ate
airport operations between 9PM-6AM.
Q 26: How often to you switch out keypad membranes?
A 2& Average 2 times a year based on use and location of
Q 27: Are a1 fbad based operators{FWs}controlled by the akpot?
A 27.' Mo. Soot re Font Support(FBO)contraft the own access. Ordy Atlantic AvWw FBO is under Un
Airport access contrd system.
Q 28: is there any power source out to the berm area?
A 2e: vas.
Q 29: How old are the hard skives?
A 29. 7 years oM. Since 2005
030. Do you have a list of all presets on all of your camera's?
A 30: No.
Q 31: Camera fber=is it muftkyrodee or sire-mode If Im?
A 31: We are ad nwN-mode fiber
Q 32: Parts numbers-Can this into be found out for Ft>or Options parts?
A 32: Yes.
Q 33' is $ris list of quantity, manufacturer and description supposed to be equipment that we are going to
price out and sell to you now and sty for the Airport at our ?
A 33. This Id of inventory the Airport is nxOnng is based on its current needs and systems setup. The
Arport is requmrug fttis inventory for quick rend of kent true ofem*mentmerAwance and mpairs. 77Ns
W may charm, with approval of flue Akporf, as systems and technology progress. 77Ms inventory wX
be maintained at the Airport.
46
48
CLAWFICATIONSIREVISIONS OF RFP DOCUMENT:
aft Cod Pmposai amalops. Wake&
Bid Bond, Performance Bond and Payment Bond requirements for this RFP process are here by
waived.
BY ORDER OF THE CITY OF PALM SPRINGS,CAUFORNIA
aw'Am2
LeigtiAm GAe
ProursinenI Specialist 11
DATE March 20,2012
ADDENDUM ACKNOWLEDGMENT:
Praposer Fum Name
Audxxtznd Skp mhre: Dom:
of Addmduo 6 is roguked by eignkng end iK aft rm pfth yew"MKK or you may afto
the Addeeb on Ike bdim of Aradmit A Faftm to adwAmMdge ads Addmukn MW r4w In Y=w
47
49
Oh ?ALA, 3,
O
QZ
V .C"
�'ttdgGi��p
REQUEST FOR PROPOSAL(RFP 05-12)
FOR
AIRPORT SACS MAINTENANCE SERVICES
ADDENDUM NO.6
This Addendtim is being wed for the Mowing domes and ir*rmalional Vertu:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND
INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING
CONTRARY ON T14E PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL
BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
Q 1: On page 5 of the RFP,there is a buNatad item that stated that Uwe are 24,40'monitors Please confirm that
this is indeed the rase as I only recall seeing 4 ea.in the security office.
"Control Console consisting of twenty-lbw(24)40,Monftom'
A 1: There are no 1onger24 maritors aspartof this RW At this time them are 4 40'morators trot creed
consideration by contractor.the bakmae of these Monitor we outside of the scope of dds W.
CLARIFICATIONS/REVISIONS OF RFP DOCUMENT:
• Control Console consisting of tsbt(6)40":Monitors.
BY ORDER OF THE CITY OF PALM SPRINGS.CAUFORNIA
Leigh Ann Gdenc
Procurement Specialist tl
DATE. March 28,2012
ADDENDUM ACKNOWLEDGhEENI"
Proposer Firm Name:
Authorized S Date:
Acknowledgwent of Fans Pt of AddwKkm 6 breed by sWft and NeWddm she admawkedgevent wft h your signalled.or you may elw
acknowledge the Addenda on the bail=of Machined A Fellow,to achnicadedge thb Adderdwa may rasa#in ywe initialled bye
deemed rwn+epahsM.
48
50
#•s
r ••
i •P i 3 f. :, "i 1 '- • P ! f •�.t: '! L • i '.- •'St • .yy q.. : C:J'�a.. •i: � •q .�.'•'
• 1 #1! �. iLtiFl i IY. i! :i t,i } :. - t 4` 1' :-i i i t
1 i i :R i
fr .i. • E. i �.i 'i : i'i:k �... •.f '.
1114
Va
- } Y .i h - 't: i N t° Y i /t R : i ht 1. IG }• - �. • }::�
- . . - is ❑ — • i i i. v- E
r }r..
REVISED ATTACHMENT"C"
'THIS REVISED FORM MUST BE COMPLETED AND SUBMITTED
BY TUESDAY,MAY 1,2012 AT 3:04PM
REQUEST FOR PROPOSAL(RFP#05-12)
AIRPORT SECURITY ACCESS CONTROL SYSTEM MAINTENANCE AND REPAIR SERVICES
COST PROPOSAL
Responding to Request for Proposal No.05.12 Airport Searcy Access Control System Maintenance Services,
UWE will accept as fu•payment the folowing payment for Providing ad Ww, superviskin, services, materials
equipment, supplies, 'wistalleficii6 testing, and tranmg to complete the annual maintenance services. The
undersigned Proposer proposes and agrees to provide all work and services necessary to provide annul
maintenance and reps services as defined in the Scope of Work herein.
1.The Service Support portion of this agreement will be an Annual fixed price agreement. Prices to remain
firm for initai contract period of(3)three years, and two(1)sure year rerwAW options upon mutual consent
of the City and the Contract. The to*prices shy be a*sod(decreased or used)at the begirnig
of any such renempad period to conespond with the most recent annual change,to the Consumer Price Indent
for All Urban C insumers as published by the U.S. Bureau of Labor Staff for the Los Angeles,Anaheim
and Riverside Areas_ Compensation for the Annual Mainbanance Anent pardon shy be calculated and
paid to the Contractor in fay(4)equal quarterly payments. Cost must include any and of Federal,
and Local taxes.
PROPOSED ANNUAL MAINTENANCE AMOUNT:
3
(PRICE IN FIGURES)
(PRICE IN WORDS)
2 The atter-haus service call portion wB be quoted as an hourly rate, Inclusive of travel time, not
including parts. Cost for parts shad be dernized and sutimitted along with labor costs for all aft tours
service call work purred.
• Weekday After Hours Service maintenance,Inclusive of travel fine.
Monday through Friday 6:0011111-8 00AM......................5 itioiu
Weekend After Haas Service mainter[ance,Inclusive of travel tare:
Saturday throutO Sunday....................................... !Hour
• %of mark-up for all parts not listed on spare
PartsInver".--,....I............ ----------- .................... %
Akft jPoLdIM Preven Ww Aftlatiumice hours, the SACS reface service calls Is 450 hours
per year. Of those hours,9M occur dtnfng normal business hours Monday—Friday&
Schedule of Work Response Tines:
1. Response tare during normal business tours Monday through Friday 8:0QkV-6:OOPM.
• Response RequvemenW Should contractor be callad pry to 11: _ Same toy response is
required.
• Should contractor be called out after 11:0UAM, next day by 8:00AM is required response. only at
Airport Management discretion may the response times be an a case by case bam
Jv
52
REVISED ATTACHMENT-C"(continued)
SACS Spam Parts Inventory
(To Be Stacked and MaNitalned by Contractor)
Initial Yr (%) Total
Quanft Manufacturer Description Cost(ea.) Mark Cost(ea. Cost
1 Hirsch MBN2 8 Reader $
1 Hirsch M2N2 2 Reader Controller
1 Hirsch AM 8 Alan inpit expansion txxard ;
7 Hirsch RES 8 Relay mfttA Bomd
DS47L-SPX-HD Indw Reader
2 Hirsch K $
7L-SPX-Fk Exterior Reader
5 Hirsch $
ESICEM Memory Expansion
2 Hirsch Board ;
SH182 Ethernet Comon m '
1 Hirsch
i Hirsch wortrstation lo�led ;
2 Peloo Maft Input Card $
1 POW 16 Kieft Card
1 peloo MA
1 Peloo Spectra Mini dorm indoor
2 Pelco Spectra Drone module
Ra i 6 Hard Disc Drive
3
2 Fkrev Options Frier video receiver
2 Filber Options Rber video trarrsmilter $
2 Ftw Options Fiber vkiec,&Data receiver ss $
2 Fber OPlons Fiber video&Data transmitter
12 Hirer Key Pad 101mbrt $
5 AD F Hard Disc Drive Units
2 Dell $
1 NEC Monitor 04s
1 Monitor94
"Note: Parts inventory Primig to be updated on AnnWersary of Gontrect
51
53
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
--v
Lit Am
Pmmsernert speciarmt 11
DATE 24,2D12
ADDENDUM
Prgmw Firm Nmm:
52
54
w i i i i
• f' • F • F.F. ;.. ,.. • 'i F•t (� - !
• •f +7
Mat
t 1 {_ •'t 1 r 1 •�� t♦'. l ♦ _• '{ :4 C:f Y!f -
1 lip
•' iYf'
•: [ is 1 t ♦ :• ~ wY i :i � f Y _
�I • i
i E ?t ❑ �• 1 F Gi �'Y6 _f
F! t n - v: ' .:.t _ ♦: ia. ♦R - : .tom �! 'a t -
-♦S• t f �Y
_ • _ _ .t :P.t _ _ _ _ Y _ C _ _ _t
t ♦ t-Y.
{ - a
REVISED ATTACHMENT"C"
*THIS REVISED FORM MUST BE COMPLETED AND SU
BY WEDNESDAY,MAY 2,2012 AT 3:00PM
REQUEST FOR P (RFP 05-42)
AIRPORT SECURITY ACCESS CONTROL SYSTEM MAINTENANCE AND REPAIR SERVICES
COSTPROPOSAL
COMPENSATION:
The Contractor shy accept payment from the City based an the Unit Costs and Hourly Rates provided herein.
AN Invoices are to dearly define the Preventive Maintenance Rate (1 day per month), pars the labor tours
charged each morith to perform re (outside of PM) per the Regular Hourly Rate, or the Aft
HourslWedcend Rate, wtk hever is applicable. In addition, the City shell compensate the contractor for all
replacement parts that are required to perfarm repairs ptwwant to the Spare Parts Inventory Price List
contained herein. All Invoice mt st early team all parts, unk costs arid applicable hrnxty labor rates. in
the event a repair requires a port that is not Included in the Spare Parts Inventory due to a uniquie
cimumstance, the City shall compensate the contractor for the cost of Dist part pWns the % markup stated
herein. ALL INVOICES ARE SUBJECT TO THE REVIEW AND APPROVAL OF THE CITY Imoices shall be
submitted Monthly (alien performance of services)and Payment term are Net 30 days. tote that the Tax
Rate for Palm is 8.75%and is to be applied where applicable to all part. AN repairs and part must
be APPROVED IN ADVANCE by authorized Airport Staff.
SCHEDULE OF WORK, RESPONSE TIMES: AN critical call outs for service must be responded to whin far
(4) tours. service calls require 24 hour response, or as may be determined appropriate by the
designated Airport representative(ASG).
AN PM Unit and Hourly Labor Rates are to rem firm and are farad for to initial contract period of(3)tixee
yes. The Spare Pert Inventory Unit Pricing is to remain tined for the fast year and may be e4usted annually
an each anniversary of the Agreement There will be two(1)one year renewal options upon mutual consent of
the City and the Contractor. Applicable price adjustments (decreased or Increased) shall commence an the
anniversary of the Agreement(yeas 4 and 5 o*for PM price and totrly rates, and years 2 ftough 5 for
Spare Parts inveYoW rind prices)and sly be based upon the most recent annual change to the Consumer
Price Index (CPI) for AN Urban Cahsurners as published by the U.S. Bureau of Labor Statistics for the Los
Angeles,Anaheim and Riverside Areas.
The uridersigned Proposer proposes and Weis to provide all labor, supervision, servim matenals
equipment, part, s Wiles, installation, testing, and training to complete the amrrcl maintenance services as
defined In the Scope of Work herein.
Note. AM tours are ES77JKA only and may fluctuate d0pendhig on the perflormarice off system
As the City carrinot predkf how marry parts may be requhecf to repair the systen4 the tote!cost ofpwu
wOl also fluctuate Thft Is a UnU Cost Gbntraat
Cost Proposal for SACS System Mainterigince
• Preventive Maintenance(PM)Service Inclusive of travel :
One(1)day per month..............................$ %12 M =$
• Regular Hourly Labor rate during normal business hours,Inclusive of travel time:
Monday through Fricoy 8:00AM-6.00PM $ hkwr X 428(95%)Iours=$
5s
+ s
t : . • .�Y • � t .� a e e q
i � - F Q r J - � • si • -s i r xr - -
e It - '� t - �i r: - 1d t t fR+ 1 - hr+. 6. ♦ i
' . . ♦ x - x - . a : a Lr
-- i :r. i f f • iI �I:. i : . �
ate■: - r ,,.. � : .:�I. ���ii
®• .!• 4 it ' f. : ff • �'
® • ' '• i r
COMPANY NAME:
ADDRESS:
TELEPHONE/FAX
E-MAIL ADDRESS:
r 1 hereby Certify that I have the authority to submit this Praimal to the City of Palm Spinp for the
above listed Individual or company. I certify fuel I have the authority to bind myself/tias oompany in a
contract should I be st=essftd in my wposal,and that 1 am hereby admowleftng Addendum#8.
AUTHORS SIGNATURE:
i
PRINT NAME:
Date:
BY ORDER OF THE CITY OF PALM SPRINGS,CAUFORNiA
Leigh Ann CAeno
Ptocurernentspecjawil
DATE Aprti 26,2042
ADDENDUM .
56
58
EXHIBIT"C"
CONTRACTOR'S PROPOSAL
SYSTEMS
INTEGRATION
C a R R
January 28,2011 ®���'���
Leigh Ann Gileno
Procurement Specialist H
City of Pahn Springs,CA
3200 E.Tahquitz Cyn.Way
Palm Springs,CA 922629
Re: RFP#05-12
AIRPORT SECURITY ACCESS CONTROL SYSTEM
MAINTENANCE SERVICES
Dear Leigh Ann:
In accordance with your request,please find enclosed our proposal for the above referenced project
-Systems Integration Corp. (SIC)is pleased to provide this proposal for your review: SIC installed
the upgrade project in 2005 and have been the servicing integrator since that data under the extended
5 year warranty. Our local staff in Beaumont CA is well versed in the systems installed at the airport
as well as with the procedures in effect at the Airport for performing work. Our employees haves''
already passed the required clearances.
Systems Integration Corp. is an authorized Hirsch,Mate, Pelco, Trango,Dell,dealer/integrator and
is also a member of the American Dynamics(AD)Integrator Advisory committee.
Thank you for this opportunity to submit our proposal. Please give me a call if you have any
questions regarding the information enclosed herein and we look forward to..the possibility of
working with you.
Sincecceerelyl/'-y�/o'urrs, r\^J'
Rob Howard
General Manager
4699 NauNlut or SUMt 2w. Ba ddtr 40 aosm
$71 won 4'at Suns F. Btanront CA 92223
PM 920-6800 F"(303)920-88"
DtRIp,,Mm Raton,Ie@Mmtntotbn. Maaapamaft a SaMw. Nafnorklbafa, o mnpAde0bm.8t0.4ty.UfS16~f
57
59
TECHNICAL PROPOSAL:
SECTION A.
Firm,Staff,Team,Qualifications and Experience,Including reterema _
A.1 Attachment A and Attachment$
I
SACS Maintenance Proposal Dste4/=012 slcpaget2
58
60
ATTACHMENT"A"
"THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICALIWORK PROPOSAL
(Envelope#1)'
REQUESTS FOR PROPOSALS(RFP)#06-12
AIRPORT SECURITY ACCESS CONTROL SYSTEM MAINTENANCE SERVICES
SIGNATURE AUTHORIZATION
NAME OF COMPANY(PROPOSER): Systems Integration Corp
BUSINESS ADDRESS: 871 West 4th Street Suite F Beaumont CA 92223
TELEPHONE:303-920-8800 CELLPHONE 720-490-6199 FAX 3 3-920-8844
CONTACT PERSON Rob Howard EMAIL ADDRESS robh®integrationcorp•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 myself/this company in a
contract should I be successful in my proposal.
Rob Howard, General Manager/Secretary
PRINTED NAME AND TITLE
April 2, 2012
SIGNATURE AND DATE
B. The following information relates to the legal contractor listed above, whether an Individual or a
company. Place check marks as appropriate:
1
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
X A Local Business(Licensed within the jurisdiction of the Coachella alley).
Copy of current business license is required to be attached to this document.
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 Addendum:
Addendum(s)# 1,2,3,4,5,6 Isfare hereb
y acknowledged.
17
SIC page#3
59
61
ATTACHMENT"B"
*THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICALNVORK
PROPOSAL(Envelope#1)'
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY
PROPOSER AND SUBMITTED WITH PROPOSAL
STATE OF CALIFORNIA)as
COUNTY OF RIVERSIDE)
The undersigned,being first duly swom,deposes and says that he or she isg
Rob Howard, Secretary of Systems Interation 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 not
directly or indirectly Induced or solicited any other Proposer to put in a false or sham Proposal,
and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or
anyone else to put in a sham Proposal, or that anyone shall refrain from Proposing; that the
Proposer has not in any manner, directly or indirectly, sought by agreement,communication, or
conference with anyone to fox the Proposal price of the Proposer or any other Proposer,or to fix
d any overhead, profit, or cost element of the Proposal price, or of that of any other Proposer, or
I 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.
Title: General Manager/Secretary
Subscribed and Mal to before me this 2nddav of April 2012
to MY Cmvnission Evres SrCoesee4
60
62
• `_�J `_�,I SYSTEMS w
�IMTEfiW�Tfp(:
A.2 Systems Integration Corp.'s background and Qualifications
Systems Integration Corp. —
871 West 4®St Suite F
Beaumont CA 92223
Phone303-920-8800
Fax 303-920-8844
Contact:Rob Howard,General Manager robh .integrationcoro crrt+
Founded as a corporation on April 25,2000,FEIN 84-1545793
California C-10 License#928403
Overview:
Systems Integration Corp.was formed 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.
The team assembled includes individuals with extensive systems integration and a knowledge base
on many of the industries leading products and all the products installed at Palm Springs Airport.
The staff proposed for this connect has been supporting the Airport since 2004 during and after the
-upgrade to the existing systems. This allows the company to provide expert,experienced and
knowledgeable services on the products required for this project.
Network(Dato and Voice Communications
With experienced individuals in the telecommunications,local area networks(LAN),wide area
networks(WAN )and broadband communications fields,we can offer support for the
communications infrastructure that best meets the needs and desired growth of any customer.
This group of Individuals has successfully implemented many network systems as a team.These
networks range from small multiple station proprietary networks,to campus wide redundant fault
tolerant networks.
Security
From the extensive successful project experience of each individual,Systems Integration Corp.has
the ability to perform the complete security project from inception to completion as well as follow
_. ......on service and maintenance. With a wide range of product knowledge in Access Control,Closed
Circuit Television(CCTV),Digital Video Recording,Intercom and Paging as well as Programmable
Logic Controller(PLC)controls for SCADA or Correctional control systems,we can implement the
proper system for each customer.
A.3 Subcontractors:
.Systems Integration Corp does not expect to have any subcontractors for the completion of this
work.
SACS Maintenance Proposal Date 4l2Q012 sic page R s
61
63
[... SYSTOG'Je
�/L.INTEfRA1Z�
AA Key SmWteam members:
Select Key Personnel:
Rob Howard—General Manager/Project Manager
More than 25 years in the low voltage electrical contracting industry with specialty knowledge in the
security fire alarm and communications areas. More than 15 years of direct management
responsibility for multi-million dollar projects and all personnel involved on the projects. Direct
involvement in the sales,project management and continued customer support of all projects.
Bill Martin—Operations Manager
15 years of electronics project experience. Experienced in all aspects of managing projects from -
inception to completion and through maintenance and service. Customer oriented with the ability to -
i get the job done whether the project is small,large,local,national or international. Responsibilities
include the overall management of projects including the design effort,permitting,and regulatory
coordination,the assembly of the products,the in-house testing and programming Hof the systems and
the on-site installation and completion of the projecL Responsible for supervising on call service and
maintenance at a corporate level.
Damon Sickmon—Design Engineer/Support Engineer _
More than 15 years in the low voltage control systems field. Experience in Programmable controller
(PLC)automation systems as well as fire alarm systems, CCTV,Card Access and Intercom/Paging.
Nicet Level III and Hirsch velocity Certified.
Mike Kern—Southern CA Regional/Project Manager
More than 20 years in the Electronic Security as a lead service technician, project technician and
field project engineer and project manager. Presently responsible for all aspects of the Southern
California operations and continued on-call service. As the regional manager responsibilities
include the coordination of on-site labor for installation and start up for projects as well as
preventative and on-call maintenance functions.
Steve Culp—Field Engineer/Project Technician
More than 15 years in the low voltage control systems field. Experience in Programmable controller
(PLC)automation systems as well as fire alarm systems, CCTV,Card Access and Intercom/Paging.
Responsible for the continued maintenance of custom integrated facility control systems throughout
Riverside. Factory Trained in Hirsch.
.. ........ . .._Bill Hesse—Project Engineer/Designer
More thaw 15 years experience in low voltage systems design,implementation and maintenance for
correctional systems. Factory trained on Square D,GE and OMRON PLC systems and GE Control
View software.
SACS Maintenance Proposal Date 4/2/2012 S]Cpegess
62
64
Drrt¢t�tnTt�
A.6 Statement of Warranties:
Warranty Conditions
(Applies to new equipment provided)
We warranty this barmI1411011 to the original purchaser to be free from defects in material and worms,, p under normal
use during the warranty period.This period will be as follows:
Materials.Products will be repaired or replaced,at cor option,without charge for a period of 365 days or as
indicated in contmct/PO.
Labor.Products will be repaired or replaced at our option without charge for a period of 90 days or as indicated in
cunt scNP6.
Consumables/E%clusions. Consumable items will be warranted in accordance with the original
manufsciurees warrany only.Devices including,but not limited to,fines and/or power and/or lightning transient
protectoWsuppressoM which are designed to fail in order to protect the security system equipment(s)are not included in
the warranty.
Software
All sollware is warranted to perform and operate in accordance with published specifioatlams at the time of sale. In the
event of a program defect,the sole obligation of Systems Integration Corp, shall be to make available all published
modifications that correct program problems which are published within the warranty period,Provided the Purchaser he
returned the Registration Form delivered with the software package.
Tbe warranty will not apply to my product or installation,which has been misused,abused,or altered.
THE ONLY WARRANTY PROVIDED BY SYSTEMS INTEGRATION CORP. (COMPANY)IS TIM LIMITED
WARRANTY STATED ABOVE WHICH SHALL NOT EXTEND BEYOND THE PERIOD STATED ABOVE THE
COMPANY MAKES NO OTHER WARRANTIES, EXPRESSED OR IMPLIED, OF MERCHANTABILITY OR
FITNESS FOR A PARTICULAR PURPOSE.NO RESPONSIBILITY IS ASSUMED FOR ANY INCIDENTAL OR
CONSEQUENTIAL DAMAGES EVEN IF THE COMPANY HAS BEEN ADVISED OF THE POSSIBILITY OF
SUCH DAMAGES.THE COMPANY DOES NOT PROMISE THAT THE SYSTEM OR THE SERVICES CANNOT
BE COMPROMISED OR THAT THEY WILL ALWAYS PROVIDE THE INTENDED SIGNALING,MONITORING
OR OTHER SERVICE.IF A COURT DECIDES THE COMPANY HAS GIVEN THE CUSTOMER ANY IMPLIED
WARRANTY.IT WILL EXTEND ONLY FOR THE LENGTH OF THE LIMITED WARRANTY PERIOD.SOME
STATES DO NOT ALLOW LIMITATIONS ON HOW LONG AN IMPLIED WARRANTY LASTS OR THE
EXCLUSION OR LIMITATION OF INCIDENTAL OR CONSEQUENTIAL DAMAGES, '.SO THE ABOVE
LIMITATION OR EXCLUSION MAY NOT APPLY TO THE CUSTOMER THIS LIMITED WARRANTY GIVES
THE CUSTOMER SPECIFIC LEGAL RIGHTS.THE CUSTOMER MAY ALSO HAVE OTHER LEGAL RIGHTS
THAT VARY FROM STATE To STATE
--- --INS WARRANTY WILL BE VOIDED IF,DURING THE WARRANTY PERIOD,TIDE PURCHASER CONNECTS
To OR INTERCONNECTS WITH SUBSEQUENT TO THE INITIAL INSTALLATION,DEVICES NOT SUPPLIED
OR INSTALLED BY THE COMPANY, TEE WARRANTY WILL ALSO BE VOIDED IF WARRANTED
EQUIPMENT IS SERVICED BY A NON-SYSTEMS INTEGRATION CORP.AUTHORIZED ORGANIZATION.
THE WARRANTY PERIOD SHALL COMMENCE WHEN CUSTOMER HAS BENEFICIAL USE OF THE
SYSTEM,OR COMPLETION OF SYSTEM INSTALLATION,WHICHEVER OCCURS FIRST.
SACS Maintenance Proposal Date 4=012 SIC page97
63
65
SYSTEMS
.. NTEGRIlT14N
SECTION B:
PROPOSAL ORGANIZATION,CONFORMANCE WITH RFP INSTRUCTIONS,AND
DEMONSTRATED UNDERSTANDING OF THE OVERALL PROJECT AND
REQUESTED SCOPE OF WORK
B.1 We have strived to follow the instructions and completed all forms.
IT.2 Understanding of project requirements
Review of Maintenance Requirements
As part of this project, we will be providing service support and maintenance services at the
following location(s):
Palm Springs International Airport
3400 E.Tahquitz Cyn.Way Ste OFC
Palm Springs,CA 92262
The service and support provided by Systems Integration Corp. will be consistent with level of
services previously provided to the Airport.
A description of our services and the areas of coverage are provided below.
list of equipment
Below is a listing of key inventory components at the above locations.
Airport Property: (rennin/and outlying building(s))
• Hirsch Electronics Velocity Security Management Software wl Badging Module. This
includes an active server and cold back-up server, plus live (5) workstations. All items
communicate over a dedicated security network. Software coverage includes upgrades to the
Velocity module but not any of the operating system software(Microsoft server 2003, SQL
Server 2005)components as these may be required for some future upgrades that cannot be
forecast at this time.
• Dedicated security network equipment This equipment includes routers switches fiber
optic modems and equipment as well as the maintenance of the programming for the network
equipment servers, workstations and other active components in the system. Systems that
rely on this network include FIDSBIDS (PIDS), Automatic Vehicle Identification and cab
management system (AV]) as well as Security Access Control (SACS) and Closed Circuit
Video System (CCTV). We will mainiain the Airports emergency inventory on these
materials.
SACS Maintenance Proposal Date 4=012 sic page s s
64
66
srsTEMSJ:..�,-;7p
4--s.v eat�v"
• Exit Lane control and annunciation system. This includes the Digital Video Analytics
server,software and electronics comprising the overall XMIDS system and custom hardware
software for integration into control center and field devices. Also included is custom
software for integration to DVR and SACS systems.
• Ramp intrusion detection system. This includes the analytics for the Krai1 gate intrusion
detection. This is two components including the Microwave Beam detection system and the
Mate analytics system.
• Control Consoles in Control Center. This includes the customized workstations with
motorized lift for writing surfaces and overall work surface.
• Hirsch Electronics M8 and M2 Access Panels and power supplies. We will maintain the
Airports emergency inventory on these materials.
• Hirsch Electronics ScramblelProximity Card Readers (approximate count of 120). We
will maintain the Airports emergency inventory on these materials, Membranes for
replacement will be on a cost plus basis and ordered upon Client request.
• Closed Circuit Television matrix controllers (Pelco 9760 & 9500). Controller includes
redundant hot backup servers and software, matrix bays splitters, coaxitron control units,
keyboards,fiber optic modems. We will maintain the Airports emergency inventory on these
materials.
• Cameras.Cameras shall be repaired on site if possible and if not,shall be replaced on a cost
plus basis.We will maintain the Airports emergency inventory on these materials.
• Digital Video Recorders and 4 Raid-5 Hard Disc Drive units(7 DVR Units and 4 RAID
units).The hard drives on these units will be on a cost plus basis.
• Custom TSA Threat assessment and no Fly reporting software(maintained on server).
Reports include modification per TSA changes in formats and integration to existing
Velocity software.
• Custom Paging system and integration software (maintained on server). Support
includes software for integration of Velocity system to existing pager system and paging
system server.
• .Control Console 20" Monitors. We will maintain the Airports emergency inventory on
these materials.
• Control Console 40" Monitors. We will maintain the Airports emergency inventory on
these materials.Replacement of these units will be on a cost plus basis.
• Budging Caryl Printer.This includes the primary and spare printers
SACS Maintenance Proposal fate 4=012 sic r,aBts
65
67
INTEGWITLQN
• Change outs and installs are to accommodate for water/rain and extreme weather
(beat/UV/direct sunlight)environmental conditions.Materials used will be appropriate for
the locations installed. Fxisting conditions for back boxes and installations must meet these
conditions for change outs.
Preventative Maintenance
Preventative maintenance and scheduled testing are included for one day per month. Upon
mobilization a schedule and timeline will be established to perform the preventative
maintenance.
Fixed price for the repair of equipment.
Our price includes all Systems Integration Corp. labor for the repair of the systems described
above. If additional outside labor should be required from third party vendors such as Microsoft,
Hirsch,Mate,etc.the cost will be additional at the established mark up rates.
Policy on maintaining inventory.
We will maintain an inventory of spare products for our service plan at two locations:our facility
service pool in Beaumont CA and at the Airport facility to be stored at an agreed location.At our
facility service pool,we maintain a backup inventory for all of the major systems we install and
support. This includes components such as: card readers, exit buttons, magnetic locks, door
contacts,cameras,etc.
Airport Spare Parts Inventory will be maintained by SIC at the airport. The use of any parts
from the inventory will trigger a purchase of the replacement parts which will be billed at the
established cost or at a cost plus basis as detailed in Attachment C.
Our service vehicles are fully stocked with key support items. This usually includes: door
contacts,power supplies,camera,cable,communication devices,etc.
Most camera accessories such as DVRs and switchers are generally not kept on a service vehicle
since there are too many types available. An agreed spare stock of emergency critical
components will be kept on site and will be the property ofthe Airport.
Standard response time to a maintenance call.
The response time for a critical service call(Breach of security or major impact on operations)is
4 hours,24/7. The response time for a routine service call(noncritical)will be within the next
business day. As the Airport is aware, SIC Offers remote support via secure remote desktop
connection and use of this means is expected to meet the needs of the Airport going forward.
Designated individuals authorized to instigate a maintenance call.
The Client shall designate the individuals authorized to instigate and bind the Client for critical
and non-critical service tails as well as billable maintenance calls.
SACS Maintenance Proposal Date 4/2/2012 sic page#to
66
6g
INTIMW2N
Organization overview.
As shown on the chart below, our organization consists of three major departments, namely:
Sales,Finance and Administration,and Production. In addition to selling systems and products,
the function of sales is also heavily tied to customer service.The sales organization's major task
to is operate in a consultative manner,helping our clients make the right decisions with the most
appropriate technology to meet their needs. The Finance and Administration handles all billing
and invoicing as well as human resource issues for our company.
The last and most important part of our company is the Operations Department.The Operations is
broken into three separate groups: Service,Installation and Engineering. Service handles all service
clients as well as manages the services provided by our Monitoring Center. Installation is
responsible for the installation and commissioning of all new projects.Engineering is responsible for
evaluating new products, preparing documentation, assisting in the trouble-shooting of software
problems and provide overall technical support
The Operations manager is Bill Martin who has more than fifteen (15)years of field experience in
the installation,service and monitoring of integrated security systems.He has extensive experience
in the implementation of different technologies,and networks.
Mike Kern is the Regional manager for the southern California office and has more than 20 years of
. ............ ...
service related experience in the design,procurement management of low voltage and particularly
security electronic systems. Mike manages a staff of qualified technicians 'based out of the
Beaumont CA office. Within the group of 9 technicians expertise on many systems is available as
well as a dedicated team for preventative maintenance_ Customers serviced by the Beaumont office
range from full service continuous on-site service contracts to on call only service plans. The staff
has been trained on the Airport and have knowledge of where the equipment is located and have
been the on call support for the SACS systems for the past 7 years.
SACS Maintenance Proposal Date 4/2/2012 SIC page x 11
67
69
r` •
��._J SYSI�M$
Ma�T[a Qy
Maintenance Support Services
Our Approach to Service
When you own and operate an integrated security system, you are investing in technology to help
automate your security operations and lower your operating costs. We recognize that your system is
an "automation" system and, as a result, have designed a service plan with the primary focus on
minimizing system downtime.
Under this plan, we will perform repairs on all components of your system using our own technical
resources. We have developed our own in-house service expertise to increase our ability to resolve
problems quickly,independent of the factory. We are your local single point of responsibility.
We will respond to all service requests within the designated response time interval from the time of
notification. Most problems will be corrected within two hours after a technician arrives at your
facility.Within forty-eight hours following notification of a problem,we guarantee that your service
problem will be resolved.All non-functioning field equipment will be replaced with advanced field
replacement equipment from the on-site service inventory purchased by the Client at the beginning
of the contract
Owner-Responsible Items
The Airport will be responsible for the following:
• Government fees and taxes(if applicable)including sales tax for pans and equipment.
• Replacement of consumables such as batteries, reader membranes, printer supplies and
access cards on an as-needed basis.
• Parking costs for servicing your system.
• Security background costs imposed by the Airport including fingerprinting.
A detailed description of our SIC Labor-24 Service Plan�is shown on the next page.
SACS Maintenance Proposal Date 4t2t2012 stc page s iz
68
70
SYSTEtds1
INTEGRA TI.�
SIC Labor-24 Service PlanTM - Schedule of Services
Availability: Seven days a week,24 hours a day.
Response Time Range: Critical service 4 hours,routine service next business day.
Response Status: Priority response over non-plan members.
Defect Correctable
Response Time: Defective equipment will be replaced with equipment from on-
site service pool if available. Resolution of the problem will be
within 48 hours following the receipt of a service call.
Parts Coverage: All parts are covered as part of this plan on a cost Plus basis.
Parts will be used as necessary to fulfill the above correction
commitment. If spare stock is used it will be re-ordered and
billed at the cost plus agreed rate.
Labor Coverage: All labor is covered under this plan for the repair of deficient
equipment only.
Advance Field Replacement: We maintain a service pool of loaner equipment specifically
designed to support our SICLabor-24 Service Plan mclients.If
our field technicians are not able to repair a piece of faulty
equipment at your location, then we will replace it with
equipment from the on-site inventory if available,keeping your
system up and running. The defective equipment will be
repaired if possible replaced if not repairable, and returned to
your site accordingly. Repairs and replacement costs are
invoiced at the agreed cost plus rates.
Items Not Covered: This includes damage caused by misuse, abuse, accident,
disaster, fire, flood, water, wind, lightning, Acts of God and
terrorism. In addition, items designed to fail in order to protect
the equipment, such as power and/or lightning suppressors;
normal consumable products such as batteries, printer ribbons,
and seem cards,are also not covered by this plan.
Additionally, Software and/or Hardware upgrades of operating
systems, Data Bases, Vitus protection services and computers
for enhanced features or version upgrades are not included
unless specifically stated within the scope. From Time to time
manufacturers of software products require these items to be
upgraded to support future releases. Since this cannot be
foreseen until the release of the upgrade,it cannot be included.
SACS Maintenance Proposal Date 4/2l2012 SIC page*13
69
71
• `.:..-1 r,� SYSTEA
IMTEGM791
B3 Key or Critical Issues
We have evaluated the overall systems at the Airport and recommend that the Servers for the SACS
system should be upgraded and replaced. They are presently not supported by the manufacturer
(Dell)and could fail without the ability to recover. It would be our plan to complete this work with
120 days of mobilization and would incorporate the assistance of Hirsch Professional services to
complete the task. We feel that this would be in addition to the standard maintenance for the system
and have priced this as a separate cost in the cost section of the proposal.
CA Expanded Scope of Work
Systems Integration Corp installed the majority of the equipment presently in use at the Airport and
is very familiar with the equipment and scope of work.
The Scope of work for this contract is to maintain and service the equipment that comprises the
SACS system including the separate systems that are integrated through network or hardwired
interfaces.
The systems integrated include:
Velocity Server: The velocity Server is the central control and management system for the overall
Security Access Control System(SACS). 'Ibis system is the control point for all the access control
panels and alarm monitoring and management workstations throughout the Airport. The field panels
for card access are connected either through network connections using SNIB-2 boards or directly
connected via copper wiring. There are only a few M8 controllers still connected via hardwire at
this time. These units are connected via a terminal server located in the main server rack which is
then connected either through fiber optic modems or direct cabling.
Digital Video Recording(DVR)systems which are all American Dynamics Intellex Ultra units
connected to RAID level 5 storage units. All of these units have IP network addresses that allow
them to be accessed either through the Velocity workstations or through the Network Client
software.
Mate Video Analytics:The mate system is used for video analytics which controls the security exit
lane(XMIDS). The system transmits an alarm to the Velocity system when a person is going the
wrong direction in the lane. In addition the mate system monitors a ramp area ibr attempted access
around one of the gates(K-rail). These alarms are transmitted via the network to the workstations in
-- - the control center for operator interaction.
Paging system: The Motorola paging system is connected via the network such that any alarm that
is not acknowledged within a specified period will then be sent to a paging workstation in the server
rack. This workstation will then transmit the alarm information to the pagers for operator
interaction.
SACS Maintenance Proposal Date 4/2/2012 stc per#14
70
72
SYST86
e:-C INTEGP.JTZON
Closed Circuit Television System(CCTV): The camera system at the facility is connected to the
velocity system using a serial port for camera call up and preposition controls. Additionally there is
a second CCTV control switch located at the VIP which is networked to the primary one in the
server room. These are connected via a fiber optic link to allow cameras connected to the VIP to be
viewed in the control center.
Remote Ramp areas: There are two locations at the facility that are connected via remote wireless
radio units.These are Perimeter gate 2 and Atlantic Aviation.
The overall system is controlled through the Velocity Server and workstations to offer a combined
SACS with several systems integrated.
C.2 Parts and Service
We will maintain an inventory of spare products for our service plan at two locations: our facility
service pool in Beaumont CA and at the Airport facility to be covered at an agreed location.At our
facility service pool, we maintain a backup inventory for all of the major systems we install and
support This includes components such as:card readers,exit buttons,magnetic locks,door contacts,
cameras,etc.
Our service vehicles are fully stocked with key support items. This usually includes: door contacts,
power supplies,camera,cable,communication devices,etc.
From this office in Beaumont we presently service the Riverside County Sheriff Department with a 4
hour response from Blythe to Murrieta so we are confident that we can meet the needs for this
contract.
D.1 Local Preference
With our office in Beaumont,CA and the following Palm Springs Business License we should meet
the requirements for local preference.
SACSNlaintenaaceProposal DateVM012 srcpmests
71
73
' CITY OF Pi.-]M SPRINGS BUSINESS LL-&SE
j 320D E TAEQUITZ CANYON WAY,PALM SPRINGS,CA 92262(760)323-8289
PLEASE NOTE THAT IT IS YOUR RESPONSIBILITY TO RENEW AND UPDATE THIS LICENSE ANNUALLY. -
BUSINESS NUMBER; 20014315 EXPIRATION TAX/ADNM.FEE CERT NO
BUSIm TYPE: CONTRACTOR ELECTRICAL 04/3012012 18.00 47440
OWNERNAIM& KERRY HOWARD 04130/2012 28.00 47441
04J3(4012 133.00 47442
. BUSINESS NAME: 3YSTBMS INTEGRATION CORD .
BUSU41M ADDRE9& 971 W 4TH ST SUITE .
BEAUMONT,CA 92221
SYSTEMS ITEGRATIONCORP - IMUANCB OF THIS IRMM DOW NOT BN7T17.E
A2OO AU i_,__LiG_(Gl7IRRT$ WRTICxn 7r MOPEv�� T„1�_nR M61t Aly A
BOULDER BLSHIESS IN V10iATION OF ANY OMM LAW
CO 80301 OR ORDINANCE. YIDS IBNOT AN E NDORSENM4T
OF THE ACTIVITY NOR Of THE APELICOMS
MUST BE POSTED IN A CONSPICUOUS PLACE
CITY OF PALM SPRINGS BUSINESS LICENSE
3200 E TAHQUTTZ CANYON WAY,PALM SPRINGS,CA 92262(760)3M-8M
PLEASE NOTE THAT IT IS YOUR RBSPONSIBBdTY TO RENEW AND UPDATE TIES LICENSE ANNUALLY.
BUSIIUSS NUMBER:
BUSIINffi8S TYPE: EXPIRATION TAXIADMEN.PER CERT NO
- .
OWNER NAME: .
BUSINESS NAME:
BUSINESS ADDRESS:
. '. ISSUANCE OF THIS L KENSE DOES NOT ECNTME
77IN LICENSER TO OPERATE OR MAINTAIN A
BUSMM IN VIOL ATION OF ANYOMM IAW
OR ORDINANCE, 77A97SNOTANFNDORSA7R,NT
OF 7'm AC1T VITY NOR OF THE APFIICAM+S
MUST BE POSTED IN A CWArMM
ONSPICUOA S PLACE
CITY OF PALM SPRINGS BUSINESS LICENSE
3200 E TAHQUITZ CANYON WAY,PALM SPRINGS,CA 922M(760)323-8289 .
PLEASE NOTE THAT IT IS YOUR RPSPONSLELLETY TO RENEW AND UPDATE TIES LICENSE ANNUALLY.
BUSINESS NUMBER:BUSINESS TYPE: EXPIRATION TAX/ADMIN.FEE CERT NO
OWNERNAME:
_BUSINESS NAME: .
BUSTRIM ADDRESS;
. INWO=OF THO LWOM DOES NOTHN[1TIZ
TBE LICENSEE TO OTHRATH OR PA&MAIN A
H18NNEN IN WOLOMON OF ANY an=LLW
OR ORDp1ANM THLS IS NOT AN MWORSOWEW
OF TRZ ACTIVITY NOR OFTTHHgowFwS. .
MUST BE POSTED IN A CONSPICUOUS P ACE
72
74
�/5 SYSTE
IN7EGRA e�
D.2 Local Expertise
The following individuals are all located at the local Beaumont Office and have worked at the
Airport:
Steve Coln—Extensive Card Access(Hirsch),CCTV Radio Communications,network,
Mike Kern—Extensive Card Access,CCTV,Radio communications,Fiber Optic cabling,Network
cabling experience.
Darrin Lackv—Extensive workstation,Card Access,CCTV,network experience computer
configuration and maintenance.
Bill Hesse—Extensive low voltage controls and integration experience,Card Access and CCTV
systems.
SACS Maintenance Proposal Date 4t=012 Sic page t 18
73
75
SYSTEMS
May 2, 2012 r-'f INTEGRATION
C 0 R R
Leigh Ann Gileno ,
Procurement Specialist II
City of Palm Springs,CA
3200 E.Tahquitz Cyn.Way
Palm Springs,CA 92262
Re: RFP#05-12 AIRPORT SECURITY ACCESS CONTROL SYSTEM
MAINTENANCE SERVICES I-V
Addendum#8 Cost Sheets
Dear Leigh Ann:
Please find attached the revised pricing as requested in Addendum#8.
If should you have any questions, please do not hesitate to contact me on my cell
phone at 720-490-6199.
An original copy will be sent via overnight courier to your attention as well.
Thank you for the opportunity to provide a proposal and we look forward to
working together.
Sincerely,
Systems Integration Corp.
Robb Howard
�
arrd.
General Manager
4699 Nwtikw Cr,Boulder CO 80301/871 West 4*St State F,Beaumont CA 92223
(303)920-88M Fax(303)920-8844
b0don,Instalintien,Implementation,Management&Servim.NetworWData,cam niaatiaw,security,Life Safety
74
76
EXI-IIBIT"D"
SCHEDULE OF COMPENSATION
All Hours are ESTIMATES only and may fluctuate depending on the performance of the system. As the City
cannot predict how many parts may be required to repair the system, the total cost of parts will also fluctuate.
This is a Unit Cost Contract. , therefore the Schedule of Compensation is on a Unit Cost Basis for Monthly
Preventative Maintenance, Hourly Regular and Weekend Labor Rates, and Parts as defined below and is
estimated not-to-exceed Ninety Three Thousand Dollars ($93,000)per year.
Unit monthly PM, Hourly Labor, and Parts Costs are defined on the following pages. All PM Unit and Hourly
Labor Rates are to remain firm and are fixed for the initial contract period of(3)three years. The Spare Parts
Inventory Unit Pricing is to remain fixed for the first year. Applicable price adjustments (decreased or
increased) shall commence on the anniversary of the Agreement (years 4 and 5 only for the PM Unit Price and
Hourly Labor Rates; and years 2 through 5 for the Spare Parts Inventory Unit Prices). Adjustments shall be,
based on the most recent annual change to the Consumer Price Index (CPI) for All Urban Consumers as
published by the U.S. Bureau of Labor Statistics for the Los Angeles,Anaheim, and Riverside,CA Areas.
Payment Terms are Net 30 days from date of receipt of a valid invoice as approved by the Airport for services
completed and satisfactorily performed.
75
77
REVISED ATTACHMENT"C"
*THIS REVISED FORM MUST 13E COMPLETED AND SUBMITTED
BY WEDNESDAY. MAY 2,2012 AT 3:OOPM
REQUEST FOR PROPOSAL(RFP#05-12)
AIRPORT SECURITY ACCESS CONTROL SYSTEM MAINTENANCE AND REPAIR SERVICES
COST PROPOSAL
COMPENSATION:
The Contractor shall accept payment from the City based on the Unit Costs and Hourly Rates provided herein.
All Invoices are to dearly define the Preventive Maintenance Rate (1 day per month), plus the labor hours
charged each month to perform repairs (outside Of PM) per the Regular Hourly Rate, or the After
Hours/Weekend Rate, whichever is applicable. in addition, the City shall compensate the contractor for all
replacement parts that are required to perform repairs pursuant to the Spare Parts Inventory Price List
contained herein. AD Invoices must dearly Itemize all parts, unit costs and applicable hourly labor rates. In
the event a repair requires a part that is = Included in the Spare Parts Inventory due to a unique
circumstance, the City shall compensate the contractor for the cost of that part plus the % markup stated
herein. ALL INVOICES ARE SUBJECT TO THE REVIEW AND APPROVAL OF THE CITY. Invoices shall be
submitted Monthly (after performance of services) and Payment terms are Net H days. Note that the Tax
Rate for Palm Springs Is 8.75°h and Is to be appiled where applicable to all parts.. All repairs and parts must
be APPROVED IN ADVANCE by authorized Airport Staff.
SCHEDULE OF WORK, RESPONSE TIMES: All critical call outs for service must be responded to within four
(4).hours. Non-critical service calls require 24 hour response, or as maybe determined appropriate by the
designated Airport representative(ASC).
- All PM Unit and Hourly Labor- Rates are to remain firm and are fixed for the initial contract period of(3) three
- years. The Spare Parts Inventory Unit Pricing Is to remain fixed for the first year and may be adjusted annually
on each anniversary of the Agreement. There will be two(1).one year renewal options upon mutual consent of
the City and the Contractor. Applicable price adjustments (decreased or Increased) shall commence on the
anniversary of the Agreement (years 4 and 5 only for PM price and Hourly rates, and years 2 through 5 for
Spare Parts Inventory unit prices) and shall be based upon the most recent annual change to the Consumer
Price Index (CPI) for All Urban Consumers as published by the U.S. Bureau of Labor Statistics for the Los
Angeles,Anaheim and Riverside Areas.
The undersigned Proposer proposes and agrees to provide all labor, supervision, services, materials
equipment, parts, supplies, installation, testing, and training to complete the annual maintenance services as
defined in the Scope of Work herein.
Note: Aft Hours are ESTIMATES only and may fluctuate depending on the performance of the system.
As the City cannot predict how many parts may he required to repair the system, the total cost of parts
WIII0150 fluctuate. This is a brnft Cost Contract.
Cost Proposal for S6CS System Maintenance,
• Preventive Maintenance(PM)Service inclusive of travel time:
One(1)day per month..............................$ 750 X 12 Months =$ 9•o 0 0 .o 0
Regular Hourly Labor rate during normal business hours,inclusive of travel time:
Monday through Friday 8:00AM-6:00PM $ 8o lHourX428(95%) Houm= $ 34,240.00
76
78
• After HoursMeekend Labor rate,inclusive of travel time:(for any calls outside of Normal
Business Hours defined above)
$120 1Hour X 22(6%)Hours=$ 2,640,00
• Extended Cost Total of Spare Parts Inventory(from below).........................$ 36,694.00
ANNUAL GRAND TOTAL PM.LABOR AND SPARE PARTS INVENTORY, $ 82,574.00
Note that this Total is an estimate only and may not reflect actual total costs depending on the number
Of spare parts or hours of actual labor that may be required during any given year.
• %Mark-Up for parts wl listed on Spare Parts Inventory......................... 15 %
SACS SPARE PARTS INVENTORY('To be stocked and maintained by the Contractor, the costs of these
parts is fbred for the first year and may be adjusted annually based on the CPI—see shovel
Unit Cost
uan ' anufacturer ascri tion (each) Extended Cost
1 Hirsch MBN2 8 Reader Controller 3864 3864
1 Hirsch N22 Reader Controller 2300 2300
1 Hirsch EB 8 Alarm in nsion board 6 368
1 Hirsch RES 8 Rela output Board
2 irsch DS47L HID Indoor Reader Ke d $ 736 1472
5 Hirsch DS47L-SPX-HI Exterior Reader d $ 1104 5520
2 Hirsch MEB/CE32 Memory ExDanslon Board
1 irsch SN1B2 Ethernet Communications Board
1 Hirsch elodfty workstation loaded 1150 1150
2 oleo 760 VCC Matrbr In ut Card 1184 2368
1 elco 9760-VMC16 Matrix Output Card It 1547 $ 1547
1 Peloo 9760 CXTA ceaxitron translator 1173 $ 1173
1 Peloo DD4 S a Mini dome indoor 810
2 elco D43 S Dome module
3 D Raid-5 Hard Disc DrWe re IacemeM
2 Fiber O bons Fiber video receiver 152 304
2 Fiber bons Fiber video transmitter 16a 336
2 be O tions Rber video&Data receiver 454 908
2 Iber O tlons Fiber video&Data transmitter 454 908
1 Ideo Quad unit 4 45
12 Usch Pad Membranes
5 DVR Hard Disc Drive Units 713 3565
2 Dell "Monitors 493 986
1 NEC 0"Monitor 1104 1104
1 msun 0"Monitor 759 759
Total Extended Total: $ 36,694
77
79
COMPANY NAME: Systems Integration, Corp
ADDRESS: 871 W. 4th Street Suit F
TELEPHONE/FAX: 951-845-3501 / 951-845-4889
E-MAILADDRESS: robhointegrationcorp.com
• I hereby certify that I have the authority to submit this Proposal to the City of Palm Springs for the
above listed individual or company. I certify that I have the authority to bind myself/this company in a
contract should I be successful in my prop sal,and th, ereby acknowledging,Addendum 08.
AUTHORIZED SIGNATURE:
PRINT NAME: Rob Howard, Secretary, General Manager
Date: 5-2-2012
BY ORDER
((O�� -
OF THE
CITY OF PALM SPRINGS,CALIFORNIA
a
Ono
Leigh Ann Gileno
Procurement Specialist II
DATE: April 26,2012
ADDENDUM ACKNOWLEDGMENT:
78
80
EXHIBIT"E"
SCHEDULE OF PERFORMANCE
Normal business hours as follows: Monday through Friday 8:OOAM-6:OOPM. Any service calls
that do not fall within those hours are considered "After Hours/Weekend Hours".
SECURITY ACCESS CONTROL SYSTEMS PROGRAM SERVICE SPECIFICATIONS AND
SCHEDULE OF PERFORMANCE:
a. Must provide full support of Hirsch Electronics Velocity Security Management Software with Badging
Module(See Section Ili)
b. Provide full network software and hardware support for security software and hardware and those
integrated systems that rely on the security networking system, (ie. No Fly/Selectee and Custom TSA
Threat Assessment software including modifications, perimeter intrusion detection system, PIDS, FIDS,
Mate Digital Video Analytics, Annunciation System, DVR, various field devices, Paging System, CCTV,
all electronic access control points)."
c. Coordinate programs and services that are currently under separate service agreement (i.e., ACIP projects,
FIDS and PIDS where applicable) and maintain those system/s integration as currently incorporated and
utilized within PSP's system.
d. Maintain a Minimum Inventory of Spares as listed in Section III.
e. The Minimum Inventory, Section III,is to be replaced as needed and on a cost plus FIFO basis.
f. All Inventory spares to come with mfg warranty.
g. All non repairable or faulty equipment will be first replaced with on-site inventory if available. All non
repairable equipment will be returned to the airport.
h. All labor is covered for repair of deficient equipment.
i. Provide 24/7 response capability as well as phone technical support.
j. Designated Point of Contact with 24/7 contact information.
k Critical response time within 4 hours. A critical callout will be determined at the Airports discretion.
1. Resolution of reported problem will be no more than 48 hours following receipt of service call.
in. Service to include a minimum of one (1) day each month for Preventative Maintenance (PM) and systems
check. Contractor to provide full documentation of diagnostics performed per visit for both routine and
non-routine PM's.
n. Routine service call can be addressed the next business day.
o. Warranties to be applied on hardware and software to the benefit of the airport.
p. Contractor to maintain status of all product licensing and renewals. Report to be updated as needed,but at
minimum annually.
SPARE AND REPLACEMENT PARTS
SYSTEM DESCRIPTION AND INVENTORY
• Hirsch Electronics Velocity Security Management Software w/Badging Module. This includes an
active server and cold back-up server, plus seven (7) workstations. All items communicate over a
dedicated security network. Software coverage includes upgrades to the Velocity module but to include
the operating system software (Microsoft server 2005, SQL Server 2007) components as these may be
required for future upgrades that cannot be forecast at this time.
• Dedicated security network equipment. This equipment includes routers, switches, fiber optic
modems and equipment, as well as the maintenance of the programming for the network equipment
79
81
servers, workstations and other active components in the system. Systems that rely on this network
include FIDS/BIDS (PIDS), as well as Security Access Control (SACS) and Closed Circuit Video
System(CCTV).
• Exit Lane control and annunciation system. This includes the MATE Digital Video Analytics server,
software and electronics comprising the overall intrusion detection system and custom hardware
software for integration into control center and field devices. Also included is custom software for
integration to DVR and SACS systems.
• Control Consoles in Control Center. This includes the customized workstations with motorized lift
for writing surfaces and overall work surface.
• Hirsch Electronics with Twelve(12)M8 and Eight(8)M2 Access Panels and power supplies.
• Hirsch Electronics Scramble/Proximity Card Readers (approximate 120).
• Closed Circuit Television matrix controllers(Pelco 9760 & 9500). Controller includes redundant hot
backup servers and software, matrix bays splitters, coaxitron control units, keyboards, and fiber optic
modems.
• CCTV Cameras. Cameras shall be repaired, if possible, and, if not, shall be replaced on a cost plus
basis.
• Digital Video Recorders and 4 Raid-5 Hard Disc Drive Units(7 DVR Units and 3 RAID Units).
• Custom TSA Threat assessment and No Fly reporting software (maintained on server). Reports
include modification per TSA changes in formats and integration to existing Velocity software.
• Custom Security paging system and integration software (maintained on server). Support includes
software for integration of Velocity system to existing pager system and paging system server.
• Control Console consisting of thirty(30)20"Monitors.
• Control Console consisting of six(6)40":Monitors.
• Badging Card Printer. This includes the primary and spare Evolys printers.
• Change outs and installs are to accommodate for water/rain and extreme weather(heat/UV/direct
sunlight) environmental conditions.
80
S2