Loading...
HomeMy WebLinkAbout10- Police Department 10.a TLNAR ! Consent Calendar 4 r ` City of San Bernardino Request for Council Action E �''�l►ED iN c M s Date: June 7, 2017 E To: Honorable Mayor and City Council Members N U) From: Mark Scott, City Manager By: Jarrod Burguan, Chief of Police E Daniel Gomez, Police Lieutenant Subject: Public Safety Camera System Enhancements Un U Recommendation a Adopt a Resolution of the Mayor and City Council of the City of San Bernardino, California, authorizing the City Manager or his designee to execute a Vendor Service o Agreement with CelPlan Technologies, Inc. for the purchase of enhancements to the LO existing Public Safety Camera System. 0 Background The Department of Homeland Security (DHS) designated the City of San Bernardino as V; a high-threat urban area. In 2008, the City of San Bernardino became a member of the Riverside Area UASI in cooperation with the cities of Riverside and Ontario. The intent E of the UASI program is to enhance regional preparedness and collaboration. L On January 31, 2011, the City of Riverside Office of Emergency Management notified w the City of San Bernardino that the final modifications for the 2010 UASI grant funding E cycle were approved and expenditures against the grant were authorized. The 2010 UASI grant provided funding in the amount of $440,000 to the Police Department to �n purchase the first phase of a Downtown Camera Protection project. Today, the Police Department builds its Public Safety Camera system off this initial UASI grant project. E U In December 2015, the Mayor and City Council approved an upgrade to the camera system to add cameras on 40th Street and at Wildwood Park. Cameras in the park were funded by a Parks Department grant while the 40th Street cameras were funded by 2015 `� CDBG funds. Concerns over purchasing requirements caused the 40th Street cameras Z to be canceled pending a change in competitive bid procedures. a Discussion E In early 2016, the Police Department's portion of the City's FY 2016/2017 United States Department of Housing and Urban Development (HUD) Annual Action Plan was approved. Our City's Annual Action Plan identified a need for safety cameras a throughout the income-eligible area of the City. The Police Department was awarded Packet Pg. 148 $225,000.00 from the FY 2016/2017 CDBG Adopted Budget. The Police Department recommends that the CDBG portion of this enhancement project be used to add 10 cameras at the following locations: _ N a� C • Norman Feldheym Library (two cameras on 6tH Street in front of the library) E • 6tH Street/H Street U • 6tH Street/G Street (two additional cameras at this existing camera location) • 7tH Street/G Street w • 9tH Street/G Street E • Olive Street/G Street • Baseline Street/Mayfield Avenue co Del Rosa Avenue/Pumalo Avenue E M Discussions associated with the 2016 CDBG group of cameras resulted in a decision to y recommend funding the remaining 40tH Street cameras with General Fund monies. The I Police Department recommends that the General Fund portion of this enhancement Cn project be used to add 6 cameras at the following locations: • 40tH a Street/Mountain Avenue • 40tH Street/Sierra Way o • 40tH Street/Sepulveda Ave • Labor and Radio equipment required to connect Wildwood Park cameras to 40tH Street cameras • Baseline Street/Sierra Way Lynwood/Mountain Avenue y • Solar Upgrade to 2"d Street/F Street (existing camera with power problems)* *The solar upgrade to the 2"d Street/F Street camera will involve the installation of a cc new camera making the existing camera available to use on the top floor of the City Hall parking structure. W E W The Police Department's 2015/2016 Juvenile Accountability Grant (JAG) includes Cn $7,000 for an additional safety camera workstation for the Police Department's real-time crime analysis/fusion data center located in the City's Emergency Operations Center. CU These items (CDBG cameras, General Fund cameras and related labor and equipment, and the additional workstation) were combined into an open public competitive bid managed by the City Finance Department (Bid: F-17-09). On April 2017, three qualified co vendors responded. 2 IL Contractor Name Bid Amount E Leverage Information Systems $238,473.74 j CelPlan Technologies___ $245,887.97 a AMTEC SecuritySystems_ $264,931.93 Packet Pg. 149 10.a After careful evaluation and discussions with the Finance Department, Leverage Information Systems was disqualified because the company did not bid the required Genetec software and licensing as called for in the bid specifications package. This issue was specifically addressed at the mandatory pre-bid conference which was moderated by the City's Finance Department purchasing staff. In their proposal, E Leverage Information Systems offered to replace the entire Genetec software suite and all the licenses with their own brand of software. This would mean that the Police Department would have one Genetec based camera system (the 50 camera "station LU camera system") and one Leverage based camera system. This would not be E advantageous to the Police Department and was one of the specific reasons for y mandating an enhancement plan that would use the existing Genetec suite of software. to With the concurrence of the Finance Department, the second vendor was reviewed and found to be compliant with the bid. E U Environmental Impact All National Environmental Policy Act (NEPA) and California Environmental Quality Act (CEQA) actions will be addressed prior to release of funds for the projects and 2 programs to be funded a Fiscal Impact o Three separate funding sources would be used, if approved, to support the Public LO Safety Camera System Enhancements project. Funding sources include: o 2016/2017 CDBG Grant - $225,000.00 w The Police Department was awarded $225,000.00 for the 6t" Street Corridor camera W expansion program outlined above as part of the FY 2016/2017 HUD Annual Action Plan. This portion of the purchase from competitive bid F-17-09 (Sub-Project 4) amounts to $111,742.04 with a remaining fund balance of $113,257.96. . Unspent CDBG funds will be returned to the City's CDBG fund and be reprogrammed to other eligible capital improvement activities. w E 2016/2017 General Fund PD Budget- $200,000.00 N The Police Department was awarded $200,000.00 for the 40t" Street Corridor camera cn expansion program and other camera upgrades outlined above as part of its 2016/2017 General Fund budget. This portion of the purchase from competitive bid F-17-09 (Sub- E Project 3) amounts to $110,614.04. An additional $15,000.00 from this funding source is allotted for the City Information Technology Department to establish network connections at San Bernardino County Fire Stations 227 (40th Street) and 226 (Del in Rosa) to support camera video feeds to the Police Department. To support the growing use of the existing workstation, $10,000.00 from this funding source is allotted for 3 computer hardware and memory upgrades for the crime analysis team leaving a fund a balance of$64,385.96. E 2015/2016 JAG Grant- $7,000.00 Y The Police Department was awarded $7,000 for the camera system workstation a outlined above as part of its 2015/2016 Justice Assistance Grant (JAG). This portion of Packet Pg. 150 w�rrr.rr..rr.� 1 the purchase from competitive bid F-17-09 (Sub-Project 1) amounts to $5,305.53 leaving a fund balance of $1694.47 Conclusion = As a high-threat urban area, public safety is of considerable importance within the City. E The Public Safety Camera System Enhancement project will improve public safety by allowing our Public Safety Dispatch Center to view and monitor activities in 13 new locations. Based on the fact that CelPlan Technologies submitted a compliant bid W proposal that is the lowest qualifying proposal it is recommended that the Mayor and E City Council approve the purchase of this combined group of expansion projects for our original Downtown Camera Protection Zone project from CelPlan Technologies, of �n Reston, Virginia, pursuant to San Bernardino Municipal Code 3.04.010(b)(2) and adopt the attached resolution. E U Attachments Cn Attachment 1 — Resolution; Exhibit A—Vendor Service Agreement Attachment 2 — Bid: F-17-09 0- CO 0 0 0 Ln H vi a E a U C R t C W E W N N R i d E R U w m w- a N U 7 a a E r U o Q Packet Pg. 151 10.a Ward: Citywide Synopsis of Previous Council Actions: c W Resolution 2012-0073 - 05-07-2012, Resolution of the Mayor and Common Council authorizing the execution of a Vender Services Agreement with CelPlan 11 U Technologies for the purchase of a Downtown Camera Protection Zone System r with additional cameras for the San Manuel Area Camera Protection Zone. w E Resolution 2014-3583 - 12-01-2014, Resolution of the Mayor and Common Council authorizing the execution of a Vendor Services Agreement with CelPlan W Technologies for the purchase of a five camera expansion to the Downtown Camera Protection Zone System (covering the Mt Vernon corridor). U Resolution 2014-0420 - 12-16-2014, Resolution of the Mayor and Common Council authorizing an increase in the Fiscal Year 2014/2015 budget by $725,000 using �n un-designated AB109 funds. a Resolution 2014-3732 - 04-06-2014, Resolution of the Mayor and Common Council authorizing Substantial Amendment #5 to the 2014-2015 Action Plan for the , CO Federal Community Development Block Grant (CDBG) allocating funding totaling $923,000 to various eligible projects o Resolution 2015-3732 - 04-06-2015, Resolution of the Mayor and Common Council � approving the 2025-2016 Action Plan for Federal Community Development Block Grant (CDBG). E W Resolution 2015-3776 - 05-04-2015, Resolution of the Mayor and Common Council _ authorizing the execution of a Vendor Services Agreement with CelPlan Technologies for the purchase of a twenty camera expansion to the Downtown W Camera Protection Zone System (covering the Hospitality Lane corridor, Nunez a) Park, Perris Hill Park and select other locations). ; This Page Is Left Intentionally Blank 10.b 1 RESOLUTION NO. 2 y RESOLUTION OF THE MAYOR AND CITY COUNCIL OF THE CITY OF SAN � 3 BERNARDINO, CALIFORNIA, FOR THE PURCHASE OF ENHANCEMENTS TO E THE EXISTING PUBLIC SAFETY CAMERA SYSTEM 4 WHEREAS, the City of San Bernardino established a Downtown Camera Protection W 5 Zone project to deploy safety cameras in the downtown area in 2011 and has since that time E CX the project to become a citywide Public Safety Camera Project. 6 7 WHEREAS, the City of San Bernardino participates in the United States Department 8 of Housing and Urban Development's (HUD) Community Development Block Grant R (CDBG), Program; and v 9 WHEREAS, on May 2, 2016, the Mayor and City Council awarded the Camera N 10 Expansion Project $225,000 in CDBG funds to purchase the enhancements to the existing LJ Public Safety Camera System; and a 11 12 WHEREAS, the Police Department will also use $200,000 in Police Department 00 General Fund and $7,000 and Justice Assistance Grant (JAG) to purchase the enhancements 13 to the existing Public Safety Camera System; and 00011, 14 WHEREAS, in situations where local, state and federal regulations conflict, the most E 15 stringent regulations will apply. Y a 16 WHEREAS, the Public Safety Camera Project is subject to the provisions of the National Environmental Protection Act(NEPA) and shall comply. E 17 W 18 NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY r- COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: w 19 SECTION 1. After a review of official responses to City public bid F-17-09, CelPlan N 20 Cn 21 Technologies Incorporated, of Reston, Virginia was found to be the lowest responsive bidder L d 22 for the Safety Camera Expansion Project as described in City public bid F-17-09. M 23 Considering this, pursuant to San Bernardino Municipal Code 3.04.010(b)(2), the Mayor and Cn V 24 City Council approve an award for the purchase of this expansion project to our Downtown f 3 a. 25 Camera Protection Zone project to CelPlan Technologies,of Reston,Virginia = d 26 E SECTION 2. That the Mayor and City Council authorize the City Manager, or his 27 28 designee, to sign the Vendor Service Agreement (attached and labeled as Exhibit A) between a 1 Packet Pg. 153 10.b 1 CelPlan Technologies Incorporated and the City of San Bernardino for services outlined in 2 Exhibit A. 3 SECTION 3. The authorization to sign the Vendor Service Agreement referenced in _ 4 Section 2 of this resolution is rescinded if the Vendor Service Agreement is not signed by = w 5 both parties within forty-five(45) days of the passage of this resolution. d 6co 7 SECTION 4. That the Mayor and City Council authorize the Finance Director, or his E 8 designee, to issue purchase orders as needed to CelPlan Technologies Incorporated not to v 9 exceed at total of$227,661.61 for services outlined in public bid F-17-09. co 10 /// 11 °� o 12 0 13 14 15 1H a 16 17 E 18 w 19 E 20 21 22 w d 23 in 24 a 25 26 27 Q 2s 0 2 Packet Pg.154 10.b RESOLUTION OF THE MAYOR AND CITY COUNCIL OF THE CITY OF SAN BERNARDINO, CALIFORNIA, FOR THE PURCHASE OF ENHANCEMENTS TO 2 THE EXISTING PUBLIC SAFETY CAMERA SYSTEM N _ a� 3 _ 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor s _ w 5 and City Council of the City of San Bernardino at a E r 6 meeting thereof, held on the day of 2017, by the following vote, 7 W E 8 to wit: �o U r 9 Council Members: AYES NAYS ABSTAIN ABSENT Cn 10 MARQUEZ _ a 11 BARRIOS - --_ __ — -- _-- c - 12 13 VALDIVIA -- -- 14 SHORETT — _ U 15 NICKEL a vi 16 RICHARD E 17 °' MULV IHILL 18 _ W 19 _ E 20 Georgeann Hanna, CMC, City Clerk T 21 The foregoing Resolution is hereby approved this day of ,2017. W 22 Z' d 23 R. Carey Davis, Mayor v 24 City of San Bernardino 0- 25 25 Approved as to form: 26 Gary D. Saenz, City Attorney E s 27 By: a 28 3 Packet Pg. 155 0 This Page Is Left Intentionally Blank 10.b VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND CELPLAN TECHNOLOGIES,INC. c a This Vendor Services Agreement is entered into this day of E by and between CelPlan Technologies Incorporated,of Reston,Virginia ("VENDOR") and = the City of San Bernardino, California ("CITY" or"San Bernardino"). w WITNESSETH: W WHEREAS, the Mayor and Common Council has determined that it is advantageous o and in the best interest of the CITY to contract for the installation, configuration, and activation E of new expansion cameras for the CITY'S existing Public Safety Camera System operated by the San Bernardino Police Department; and a WHEREAS, this project is funded, in whole or in part, with Community Development in Block Grant funds received by the United States Department of Housing and Urban .2 Development (HUD), and therefore must follow the requirements under Title I of the Housing n IL and Community Development Act of 1974 (42 U.S.C.§53011 et. seq.) as amended from time to 00 time, and the regulations promulgated thereunder(24 C.F.R. §570 et seq.). g WHEREAS, a summary of the federal requirements is attached hereto as Exhibit"A." a F_ NOW THEREFORE,the parties hereto agree as follows: 1. SCOPE OF SERVICES. a For the remuneration stipulated, CITY hereby engages the services of VENDOR to provide those products and services as set forth in CelPlan Technologies' proposal to City public bid F-17-09 (dated April 18, 2017 Reference Number: SAN170418) and the authorized Addendum 42 (dated May 4, 2017), which is attached hereto as Exhibit B. c W 2. COMPENSATION AND EXPENSES. E a. For the services delineated above,the VENDOR, shall retain deliver, install, N configure, activate and provide the training outlined in the VENDOR'S proposed Statement of Work Reference Number SAN170418 (dated April 18, 2017) and their authorized response to City public bid F-17-09 Addendum #2 (dated May 4, 2017), which is attached hereto as Exhibit E «B „ a U b. No other expenditures made by VENDOR shall be reimbursed by CITY. R 3. TERM. 2 The VENDOR must complete all work with 120 days of receipt of a City Purchase Order. This Agreement shall become effective once signed by both parties, and will continue in effect 0- until until June 30, 2018, with the option to consider a six(6) month or one (1)year extension, subject to termination. E a 160 a 1 Packet Pg. 156 10.b c m 4. TERMINATION The CITY may terminate this Agreement at any time by giving thirty (30) days written notice to Vendor. CITY shall pay all that is payable under this Agreement to Vendor until the date of termination. W 4.1 Effect of Termination. If this Agreement is terminated as provided herein, CITY may d require Vendor to provide all finished or unfinished documents and data and other information of any kind prepared by Vendor in connection with the performance of services under this Agreement. Vendor shall be required to provide such documents and other information within fifteen(15) days of the request. E U 5. INDEMNITY. Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, agents or representatives, free and harmless from all claims, actions, damages and liabilities of any kind and nature arising from bodily injury, including death, or property damage, based or 3 asserted upon any actual or alleged act or omission of Vendor, its employees, agents, or a subcontractors, relating to or in any way connected with the accomplishment of the work or c performance of services under this Agreement, unless the bodily injury or property damage was actually caused by the sole negligence of the City, its elected officials, employees, agents or representatives. As part of the foregoing indemnity, Vendor agrees to protect and defend at its own expense, including attorney's fees, the City, its elected officials, employees, agents or representatives from any and all legal actions based upon such actual or alleged acts or omissions. Vendor hereby waives any and all rights to any types of express or implied Q indemnity against the City, its elected officials, employees, agents or representatives, with respect to third party claims against the Vendor relating to or in any way connected with the E accomplishment of the work or performance of services under this Agreement. c R 6. INSURANCE. c While not restricting or limiting the foregoing, during the term of this Agreement, W VENDOR shall maintain in effect policies of comprehensive public, general and automobile liability insurance, in the amount of$1,000,000.00 combined single limit, and statutory worker's cn compensation coverage, and shall file copies of said policies with the CITY's Risk Manager ` prior to undertaking any work under this Agreement. CITY shall be set forth as an additional E named insured in each policy of insurance provided hereunder. The Certificate of Insurance furnished to the CITY shall require the insurer to notify CITY at least 30 days prior to any r change in or termination of the policy. CO v 7. NON-DISCRIMINATION. In the performance of this Agreement and in the hiring and recruitment of employees, n VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, E ancestry, age, mental or physical disability, medical condition, marital status, sexual gender or sexual orientation, or any other status protected by law. a 2 Packet Pg. 157 10.b 8. INDEPENDENT CONTRACTOR. VENDOR shall perform work tasks provided by this Agreement, but for all intents and purposes VENDOR shall be an independent contractor and not an agent or employee of the E CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of = Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for VENDOR and its officers, agents, and w employees, and all business license, if any are required, in connection with the services to be E performed hereunder. ;, co 9. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. a, VENDOR warrants that it possesses or shall obtain, and maintain a business registration E certificate pursuant to Chapter 5 of the Municipal Code, and any other licenses, permits, U qualifications, insurance, and approval of whatever nature that are legally required of VENDOR w to practice its business or profession. in 10. NOTICES. a Any notices to be given pursuant to this Agreement shall be deposited with the United States Postal Service, postage prepaid and addressed as follows: c TO THE CITY: TO THE VENDOR: Y a Daniel Gomez,Police Lieutenant Mr. Jasper Bruinzeel San Bernardino Police Department CelPlan Technologies Inc. 710 North"D" Street 1920 Association Dr.,41h Floor a San Bernardino, CA 92401 Reston, VA 20191 _ Telephone: (909) 384-5742 Telephone: (760)274-4214 U 11. ATTORNEYS' FEES In the event that litigation is brought by any party in connection with this Agreement, the w prevailing parry shall be entitled to recover from the opposing party all costs and expenses, W including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions or provisions hereof. The costs, salary, and expenses of the City Attorney and members of his office in L enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' fees" for the E purposes of this paragraph. v a� 12. ASSIGNMENT. VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or 0 encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior B written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void a and shall constitute a breach of this Agreement and cause for the termination of this Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR of E R a 3 Packet Pg. 158 10.b VENDOR's obligation to perform all other obligations to be performed by VENDOR hereunder for the term of this Agreement. d 13. VENUE. E The parties hereto agree that all actions or proceedings arising in connection with this U Agreement shall be tried and litigated either in the State courts located in the County of San Bernardino, State of California or the U.S. District Court for the Central District of California, w Riverside Division. The aforementioned choice of venue is intended by the parties to be E mandatory and not permissive in nature. C, 14. GOVERNING LAW. `o This Agreement shall be governed by the laws of the State of California. E 15. SUCCESSORS AND ASSIGNS. > This Agreement shall be binding on and inure to the benefit of the parties to this JT Agreement and their respective heirs,representatives, successors, and assigns. Cn 16. HEADINGS. a. The subject headings of the sections of this Agreement are included for the purposes of convenience only and shall not affect the construction or the interpretation of any of its c provisions. Ln Z 17. SEVERABILITY. If any provision of this Agreement is determined by a court of competent jurisdiction to be invalid or unenforceable for any reason, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any Q other circumstance, and the remaining provisions of this Agreement shall remain in full force and effect. E E a� 17. REMEDIES; WAIVER. All remedies available to either party for one or more breaches by the other party are and shall be deemed cumulative and may be exercised separately or concurrently without waiver of U any other remedies. The failure of either party to act in the event of a breach of this Agreement °' by the other shall not be deemed a waiver of such breach or a waiver of future breaches, unless rn such waiver shall be in writing and signed by the party against whom enforcement is sought. ` a� E 18. ENTIRE AGREEMENT; MODIFICATION. This Agreement constitutes the entire agreement and the understanding between the r parties, and supersedes any prior agreements and understandings relating to the subject matter of this Agreement. This Agreement may be modified or amended only by a written instrument o executed by all parties to this Agreement. 111 0- E E L V R a� 4 a Packet Pg. 159 10.b • VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND CELPLAN TECHNOLOGIES,INC. N IN WITNESS THEREOF, the parties he have executed this Agreement on the day E and date set forth below. r w Dated: ,2017 CelPlan Technologies Inc. E r y By: U) Leonhard Korowajczuk, CEO E U Dated 32017 CITY OF SAN BERNARDINO a U) v Z By: __ Approved as to Form: Mark Scott,City Manager co Gary D. Saenz, City Attorney c Z By: E U �a Q N C CD E CD U C R L C W E CD r.+ N T U) R i d E R U r m ca N V a u c a� E U �a Q 5 Packet Pg. 160 This Page Is left Intentionally Blank • rrr�11 10.c E a a San Berner ino� W E March 27, 2017 SUBJECT: NOTICE INVITING BIDS (RFQ) F-17-09 L CD The City of San Bernardino (City) invites bids from qualified vendors for: E U Citywide Crime Camera System Update Parties interested in obtaining a copy of this RFQ F-17-09 may do so by accessing the U City of San Bernardino Web Page at www.sbcity.org > How Do I > Request> for Bids Z > City Finance Department-Purchasing beginning March 27, 2017 or by faxing their a request to (909) 384-5043, attention Vanessa Slouka, Accounting Assistant. Please o0 include the following information in your request: name and address of firm; name, o telephone and facsimile number of contact person; specify RFQ F-17-09. N a.. Copies of the RFQ May also be obtained by calling Vanessa Slouka at (909) 384-5346 or in person at City Hall, 300 N. "D" St., 4th floor, Purchasing Division, San Bernardino, E CA 92418. Q From the issuance date of this Request for Proposal until a Vendor is selected and the selection is announced, Proposers are not permitted to communicate with any City staff or officials regarding this procurement, other than during interviews, demonstrations, E and/or site visits, except at the direction of Vanessa Slouka, Accounting Assistant the designated representative of the City of San Bernardino. Contact with anyone not designated will result in elimination from the bid process. w E Mandatory Pre-Bid Job walk: A mandatory Pre-Bid job walk will be held on April 4, N 2017, at 10:00 A.M. at 710 N. D St. San Bernardino, Ca. 92401. This meeting is to serve as a pre-bid review for prospective bidders. All prospective bidders must attend the entire Pre-Bid Conference/Job Walk to be eligible to bid on this project. M Closing Date: Bids must be submitted before 3:00 PM, PST, April 20, 2017 at 3:00 North "D" Street, 4th Floor, Purchasing, San Bernardino CA 92418. cn v Issuance of this RFQ and/or receipt of bids do not commit City to award a contract. a Sincerely, Vanessa Slouka Accounting Assistant a Packet Pg. 161 h c m E m u c c SECTION L W E a� INSTRUCTIONS TO BIDDERS Cn E m U r m ca N v 0- 00 00 0 0 Lo N w C Q N C d E CD V C f4 t _ W E h A Co R d E to U a� m N U 0- E E r �a Q Packet Pg. 162 10.c City of San Bernardino, Finance Department Purchasing Division a Bid Documents to Be Returned by Bidder R RFQ F-17-09 CITYWIDE CRIME CAMERA SYSTEM UPDATE W E W ❑ Copy of Contractor License (if applicable)"'Bid Content and Forms,General Specification#35, N Instructions to Offeror(s) /Bidders R m ❑ Bidder Experience, Competency, Qualification and Profile (Vendor Document) 'li Proposal/Bid Content Forms U r d ❑ Non-Collusion Declaration (City Form) Instructions to ofreror(s)/Bidders CO ❑ Listing of Proposed Subcontractor (City Form) III Proposal/Bid Content and Forms a Instructions to Bidders,III Bid Content and Forms 00 ❑ Cost/ Price Form (City Form) o LO ❑ Authorized Signatures Instructions to Bidders N ❑ Bidder Identification III Bid content and Forms • ❑ Addendum Received (City Form) III Bid content and Forms a ❑ 120 Day Bid Validity Statement III Bid Content and Forms E F] Authorized Signatures (City Form) III Bid content and Forms F] References III Bid Content and Forms c W E ❑ Proper Identification and Submittal of Proposal/Bid Package, and Price Form N Instructions to Bidders fn ❑ Proof of Insurance a E ❑ Copy of Manufacturer's and/or dealer warranty and/or guarantee (if applicable) General M Specifications#1 D F-1Copy of Contractor License or other appropriate Licenses where applicable General Specifications#35 CO V 3 Bidders are requested to submit this checklist completed with all bid documents. This list may not be reflective of all documents necessary for submittal. _ R a 3 Packet Pg. 163 1. INSTRUCTIONS TO BIDDERS H A. Mandatory Pre-Bid Conference/Job Walk d A mandatory Pre-Bid Job walk will be held on April 4, 2017, at 10:00 A.M., at C 710 N. D St. San Bernardino, Ca. 92401. This meeting is to serve as a pre-bid = review for prospective bidders. Late arrivals will not be accepted. W E a B. Examination of Bid Documents I co a 1. By submitting a bid, the Bidder represents that it has thoroughly examined and become familiar with the items required under this RFQ and that it is capable of quality performance to achieve the City's objectives. cc a cc 2. The City reserves the right to remove from its mailing list for future RFQs, cn for an undetermined period of time, the name of any Bidder for failure to accept a contract, failure to respond to two (2) consecutive RFQs and/or unsatisfactory performance. Please note that a "No Bid" is considered a a response. o 0 C. Addenda N _ CD Any City changes to the requirements will be made by written addendum to this RFQ. Any written addenda issued pertaining to this RFQ shall be incorporated into the terms and conditions of any resulting Purchase Order. The City will not a be bound to any modifications to or deviations from the requirements set forth in this RFQ as the result of oral instruction. E 2. Submitting Requests v s a. All questions, clarifications or comments shall be put in writing and w must be received by the City no later than 3:00 PM, April 10, 2017 E and be addressed as follows: N City of San Bernardino 300 North "D" Street E 4th floor, Attn: Vanessa Slouka ci San Bernardino, CA 92418 a a� E U R Q 4 Packet Pg. 164 10.c b. The exterior envelope or email Subject line of all requests for clarifications, questions and comments must be clearly labeled, "Not an Offer." The City is not responsible for failure to respond to E a request that has not been labeled as such. The City will also accept questions sent by facsimile machines or email, however, all faxed or emailed questions must be received by W the City no later than 3:00 PM, PST, April 10, 2017. Send facsimile d transmissions to (909) 384-5043, attention Vanessa Slouka, and >, emails to: slouka_va@sbcity.org. C. Inquiries received after 3:00 PM April 10, 2017 will not be accepted. a� w 3. City Responses in Responses from the City will be communicated in writing to all recipients a of this RFQ, by a posting to our website, www.sbcity.orq by the close of business April 13, 2017. o For automatic electronic notifications, please visit our Homepage and N register for SB Connect. If you are not registered for SB Connect, you may view or download any Addenda at www.sbcity.org > How Do I > Request> E for Bids > City Finance Department-Purchasing. U Y Q N a� D. Submission of Bids = a E d 1. Date and Time = t All bids are to be submitted to the City of San Bernardino, Attention: w Vanessa Slouka, Accounting Assistant, BEFORE 3:00 PM, PST, April 20, E 2017, bids received at or after 3:00 PM will be rejected by the City as non-responsive. Cn d 2. Address E U Bids shall be addressed as follows: R Cn City of San Bernardino 2 Finance Department 3 300 N. "D" Street, 4th Floor-Purchasing a. San Bernardino, CA 92418. E Bids may be delivered in person to the Purchasing Division, 4th floor of the above address. a 5 Packet Pg. 165 0 3. Identification of Bids Bidder shall submit a SEALED bid package consisting of: R a) one (1) signed original of Quote and Price Form b) two (2) copies of each W E The bid package shall be addressed as shown above, bearing the Bidder's name and address and clearly marked as follows: RFQ F-17-09: "Citywide Crime Camera System Update" d 4. Acceptance of Bids H a. The City reserves the right to accept or reject any and all bids, or a any item or part thereof, or to waive any informalities or irregularities in bids. CO LO b. The City reserves the right to withdraw this RFQ at any time without N prior notice and the City makes no representations that any contract will be awarded to any Bidder responding to this RFQ. C. The City reserves the right to postpone bid opening for its own a convenience. Ui d E. Pre-Contractual Expenses E d Pre-contractual expenses are defined as expenses incurred by the Bidder in: W 1. preparing its bid in response to this RFQ; E 4) r U) 2. submitting that bid to City; cn M d 3. negotiating with City any matter related to this bid; or E U 4. any other expenses incurred by the Bidder prior to date of award, if any of the Agreement. N V The City shall not, in any event, be liable for any pre-contractual expenses incurred by Bidder in the preparation of its bid. Bidder shall not include any such a expenses as part of its bid. E a r a 6 Packet Pg. 166 10.c F. Contract Award a) Issuance of this RFQ and receipt of bids does not commit the City to award a a) Purchase Order. The City reserves the right to postpone bid opening for its own convenience, to accept or reject any or all bids received in response to this RFQ, and to negotiate with other than the selected Bidder(s) should negotiations with W the selected Bidder(s) be terminated. The City also reserves the right to apportion the award among two or more Bidders. W G. Acceptance of Order The successful Bidder will be required to accept a Purchase Order in accordance with and including as a part thereof the published Notice Inviting Bids, and the T RFQ documents including all requirements, conditions and specifications W contained therein, with no exceptions other than those specifically listed in the .2 written purchase order. a H. Business License o U) The City's Business Ordinance requires that a Business doing business N with the City, obtain and maintain a valid City Business Registration Certificate during the terms of the Agreement. Bidder agrees to obtain such Certificate prior E to undertaking any work under this Agreement. a I. Local Vendor Preference vi 4) The City of San Bernardino gives any formal or informal bid submitted by a local E bidder a one percent (1%) credit for goods and materials, where labor and/or installation is incidental; and a five percent (5%) credit on Contractual services, for s comparison purposes with other bidders, as authorized in the San Bernardino w Municipal Code Section 3.04.125, and Executive Order 2003-1, respectively. E 4) For the purposes of this section, "local bidders" shall be bidders for which the point Cn of sale of the goods, materials or services shall be within the limits of the City of San Bernardino. E U m w ca W v 0- 4)m E L V rr w a 7 [Packet Pg. 167 10.c r c d E W u c R s c w E m SECTION II. >, co �a TECHNICAL SPECIFICATIONS E U r JT cv N v a co 0 0 Lo N a� c ,. Q N rr C d E V c R t c W E d N T fn t0 d E R U d w v a c m E s u Q 0 8 Packet Pg. 168 10.c City of San Bernardino w TECHNICAL SPECIFICATIONS E a� BID SPECIFICATION NO. c _ M s _ 2017 Citywide Crime Camera System Update w E d CO NOTICE : "SPECIAL INSTRUCTIONS TO THE BIDDER" �a L E Services: U r Bidder shall complete right hand column indicating brief reasoning for exceptions to requirements when not acceptable. State the word"Acceptable"in the right hand column with the initials of the respondent if the requirements are agreeable as set forth on left hand column. a Equipment: cc 0 0 Bidder shall complete right hand column indicating specific size and/or make and model of all components when not exactly as specified. State the words"As Specified" if item is exactly as set forth in the left hand column. E M Summary of Project: a The San Bernardino Police Department operates a small digital safety camera system within the confines of the City of San Bernardino. This system provides infrastructure protection and street E level safety monitoring services. Cameras provide observation of City owned structures,parks, u and public roadways(usually at intersections). r The existing system uses digital IP based network cameras. An existing server is in place to w store video data and serve files to use. This existing system uses Genetec OmniCast Camera software and licenses. Workstations monitor cameras with Genetec's Security Center software. �a L This upgrade project seeks to add additional cameras to the system,add solar power services to one existing camera that cannot obtain normal commercial electrical service,add one new v monitoring workstation to the existing closed system,and add two portable camera units to the Y system. To accommodate accounting requirements,this project is divided into four sub-projects. Each sub-project is funded by a specific source. Each sub-project will be governed by its own N City issued purchase order. The project also is expected to cover all training, installation costs, labor,and materials needed for installation. a u Sub-Project 01 shall be defined as the purchase, delivery, installation,and activation of an E additional new camera system monitoring workstation in the Police Department's Emergency Operations Center. a 9 Packet Pg. 169 10.c Sub-Project 02 shall be defined as the purchase and delivery of two portable camera units capable of being installed on small tower trailers. The tower trailers may not be available at the time this project is awarded. A separate purchase will address installation. W Sub-Project 03 shall be defined as the purchase, delivery, installation,and activation of seven cameras and one solar power feed on an existing camera at various locations across the north end of the City of San Bernardino. w E a� Sub-Project 04 shall be defined as the purchase,delivery, installation,and activation of eight ;, new cameras and the addition of two fixed non-PTZ cameras at an existing camera site in the area of North G Street between 6t"Street and Baseline St in the mid-town area of the City of San Bernardino. R U COMMON PROJECTWIDE SPECIFICATIONS d FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID v) Issue or Specification Bidder's Acknowledoemen— - t a Issue 01 Materials and Supplies o 0 0 U) For each item in this technical bid specification r package, the bidder is expected to include all power m supplies,wiring,cabling, network connection cables, mounting hardware, and other necessary items to place the cameras or workstations in-service. a vi Issue 02 a Genetec Software and Licenses c For each item in this technical bid specification = package, the bidder is expected to provide, install, w and activate all necessary Genetec software and licenses needed to add the specified items to the existing system. co L Issue 03 U Connectivity and Admin Training m J Furnish all labor to connect, activate, and configure to this workstation and its software to the Police 2 Department's existing camera storage server. a Provide training to the City's Information Technology staff regarding these work processes. E r Issue 04 r Warrantv and Onsite Service Q 0 10 Packet Pg. 170 10.c • Identify all warranty periods for equipment r associated with this proposal. Identify the period of onsite warranty service provided in your response. � Item 05 R Product Fact Sheets c w Furnish product fact sheets for each camera, d mounting kit, remote storage device, radio N communications device, computer, monitor, and power supply that vendor will be providing in this a> E response. -- U Issue 06 r Cost Summary Sheets T Responses are considered non-complaint and incomplete if vendor fails to complete the enclosed a Sub-Project Cost Summary Sheets and the Proposal co Cost Summary Sheet with their response. c Lo Issue 07 C4 Statement of Work and Timeline d E .r Furnish a proposed Statement of Work with the response that outlines the work to be done as part of Q each sub-project and an estimated timeline for task work in the Statement of Work. It is expected that this group of sub-projects will be completed within 90 days after the delivery of a purchase order to the successful vendor. w Issue 08 d Milestone Based Payments ca �a Funding for this group of camera project includes E funding from a variety of federal grant funds and M City general funds. As such,the project is subject to r federal audit. Payments for each of the sub-projects must be milestone based. The Police Department co will approve invoices for payment after the .2 completion of each of the following phases, based a on the US DOJ COPS Technology Project suggested guidelines: L Sub-Project 01 - Payment 01 — 10% of Project — Y Issuance/Acceptance of Purchase Order a 11 Packet Pg. 171 � n Sub-Project 01 - Payment 02 — 90% of Project Completion and activation of the workstation in the Emergency Operations Center. ! r m � v c Sub-Project 02 - Payment 01 — 10% of Project — Issuance/Acceptance of Purchase Order w E a� Sub-Project 02 - Payment 02 — 90% of Project — Delivery and proof that all components are present at the San Bernardino Police Department. Completion E and Activation of the workstation in the Emergency v Operations Center. m Sub-Project 03 - Payment 01 — 10% of Project — v� Issuance/Acceptance of Purchase Order a Sub-Project 03 - Payment 02 — 80% of Each Individual Project Location — Completion and c activation of the each individual camera location item to the level that the camera location is released N r to the Police Department for use. d Sub-Project 03 —Payment 03 — 10% of the Project— When all sub-project locations/tasks arc completed Q and released to the Police Department for use. Ui c m Sub-Project 04 - Payment 01 — 10% of Project — E Issuance/Acceptance of Purchase Order Sub-Project 04 - Payment 02 — 80% of Each w Individual Project Location — Completion and aEi activation of the each individual camera location N item to the level that the camera location is released M to the Police Department for use. d E �a Sub-Project 04—Payment 03 — 10% of the Project— When all sub-project locations/tasks are completed and released to the Police Department for use. y i a Issue 09 Mandatory Bidder's Conference E U 2 The City Finance De artment will coordinate a a 0 12 Packet Pg . 172 10.c mandatory bidder's conference for this project. To submit a proposal, a bidder must have attended this conference. E a� Issue 10 = Vendor Service Aereement c W The City of San Bernardino uses a City provided 0 Vendor Service Agreement (VSA) as the cover co document for all project Statements of Work. The L successful vendor will be required to coordinate with the City Attorney's Office if wording changes are required. Any communications with the City Attorney over the Vendor Service Agreement are not 4- �o part of the project and are not billable to this project. N The Police Department has the right to reject any 2� bidder who does not agree to use the City VSA as a the principal legal document for this project. 0 0 0 Issue 11 Business License N _ m The City of San Bernardino requires any successful r bidder to have a business license. Vendors from outside the city limits are required to purchase a Q limited business license. Vendors from within the city limits must have a full standard business license. d Issue 12 = Bid Ovenine w There will be a public bid opening meeting in the City Hall 4th Floor Finance Department 300 N. D St. San Bernardino,Ca. 92870 at 3:00 pm. d E �a U r d w- R co V a. u a� E Q 13 Packet Pg. 173 SUB-PROJECT 01 SPECIFICATIONS 0 FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID a� Sub-Project 01 is the purchase, delivery, installation, and activation of an additional new camera d system monitoring workstation in the Police Department's Emergency Operations Center. t Issue or Specification Bidder's Acknowledgement W Sub-Project 01 Additional Workstation U) �a Furnish and install a new workstation for the camera `m system to be monitored from the Police M Department's Emergency Operations Center(located v 4 inside the Police Department's main station). A JT network connection will be provided by the City. in This workstation shall have the following minimum .2 specifications: n'. (1 each)Dell desktop computer with the following: o A -Intel i7 CPU Chip B -At least 32 GB of RAM memory C4 C -At least 2TB internal hard disk = m D - Windows 7 Professional Operating System E-At least 1 SD Card Slot F—Mic-IN and Speaker-OUT Q G—At least 4 expansion slots Vi H—At least 3 USB 3.0 ports I—At least 1 HDMI port E J—At least 1 Gigabit Ethernet port c K — NVIDIA graphics card supporting two digital monitors(GeForce GTZ970 or better) W (2 each) Dell 27-Inch Color Digital Monitors with E all connection cables and power cables and display stands. N M Sub-Proiect 01 ;, Cost Summary Sheet E R U Responses are considered non-complaint and incomplete if vendor fails to complete the enclosed in Sub-Project 01 Cost Summary Sheet with their 2 response. 3 a c Q E s Z Q 14 Packet Pg. 174 10.c • SUB-PROJECT 02 SPECIFICATIONS FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID c d Sub-Project 02 is the purchase,delivery, installation,and activation of two portable camera units m capable of being installed on small tower trailers. The tower trailers may not be available at the r_ time this project is awarded. A separate purchase will address installation. LU Sub-Proiect 02 Portable Camera Units >, co ea Furnish two portable camera units capable of being installed on a portable trailer that provides power v with solar cell equipment. Power efficiency is essential to these two pieces of equipment. The City prefers a "one-box" approach to this sub-project. v� The Police Department envisions mounting these .2 one-box solutions on the portable trailers and with a the specified PTZ camera with a cellular data modem so that the units can be deployed at events. c Video data will be viewed using the existing Lo Genetec server. N c m • Each of these two units shall have the following E minimum specifications: r Q (I each) Color Axis Q6034-E PTZ (or similar camera)with the following characteristics: A—Pan-Tilt-Zoom functionality E B—Resolution at least 1280x720 c C—Angle of View at least 55 degrees D—Low Light Color Sensitivity—0.74 lux w E—Low Light Black& White Sensitivity—0.04 lux F—IP Addressable configuration software (I each) Local storage feature that stores at least 2 M TB of video data locally at the camera unit. (1 each) Switching equipment necessary to allow the camera to communicate with a cellular data modem v (provided by the City)and the local storage device. a (I each) Weatherproof, lockable container to hold all v> electrical components and with a weather protected 2 access point for camera cabling if the camera is not a directly connected to the container. CD L V l4 Sub-Proiect 02 a 15 Packet Pg. 175 10.c Cost Summary Sheet Responses are considered non-complaint and a incomplete if vendor fails to complete the enclosed Sub-Project 02 Cost Summary Sheet with their response. W E m r m E U r m W N v a CO 0 0 N a�+ C d a _ E W L _ W E 4) N N R d E R U d ca N v a c a� E r �a r r a 16 Packet Pg. 176 10.c SUB-PROJECT 03 SPECIFICATIONS FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID r c m Sub-Project 03 shall be defined as the purchase,delivery, installation,and activation of seven cameras and one solar power feed on an existing camera at various locations across the north end of the City of San Bernardino. W Part of this sub-project involves the installation of four new cameras on 40th Street between Mountain View Avenue and Waterman Avenue. The City envisions this group of cameras >, co connecting to the existing camera network via a City provided network connection at the County Fire Station located at Electric Avenue and 401h Street. Existing cameras use a Radwin MIMO radio using a public safety 5.x GHz radio frequency. This solution should connect and chain v video data in a similar manner. d Additionally,the City owns three existing safety cameras at Wildwood Park(on the east side of in 40th Street and Watennan Ave). These cameras are not active. The successful vendor will be .2 asked to activate these cameras,configure their data radios and pass that video forward along a 40th Street to the County Fire Station with the video from the new 40th Street cameras. co 0 0 One camera in this sub-project will be installed at the intersection of Baseline St at Sierra Way in San Bernardino. There is an existing radio path from an existing camera at Baseline St and Waterman Ave that sends data to an existing camera at Baseline St and Arrowhead Avenue. The City envisions this new camera joining that data stream to our City Hall complex. One camera in this sub-project will be installed at the intersection of Del Rosa Ave and Highland Q Avenue in San Bernardino. This camera will use a radio solution similar to all others in this sub- project to connect to a City provided network connection at the county Fire Station located on E Del Rosa Avenue south of Highland Avenue. a) c One camera in this sub-project will be installed at the intersection of Lynwood Drive and Mountain Ave in San Bernardino (or at a City owned light pole near the intersection). This W camera will need to use a City provided cellular data modem to connect to the existing camera network. y ca The existing camera network hosts a camera at the intersection of 2°a Street and F Street. This camera is installed but not active because of power problems. This sub-project seeks to have a M solar power solution installed on the City owned traffic signal pole to power this camera. The ;, City envisions a solution similar to those used by the California Department of Transportation at remote highway camera locations. We envision a battery pack that would be mounted low on in the pole with solar panels high on the pole. The successful vendor will be expected to coordinate plans and work with the City Traffic Department as part of this sub-project. a Y E V J.d Sub-Proiect 03 a 17 Packet Pg. 177 ifl.0 Proiect Camera Units N a.+ Furnish cameras with a "one-box" approach to this m sub-project. The Police Department envisions mounting these one-box solutions on City owned light poles or City owned traffic signal poles at the locations referenced below. "J E d Each of these units shall have the following U, minimum specifications: as (1 each) Color Axis Q6034-E PTZ (or similar M camera)with the following characteristics: A—Pan-Tilt-Zoom functionality B—Resolution at least 1280020 CO C—Angle of View at least 55 degrees .2 D—Low Light Color Sensitivity—0.74 lux a E—Low Light Black& White Sensitivity—0.04 lux F—IP Addressable configuration software CO (1 each) Local storage feature that stores at least 2 TB of video data locally at the camera unit. N r (1 each) Switching equipment necessary to allow the d camera to communicate with a cellular data modem (provided by the City) or a data radio modem (provided by the bidder) and the local storage a device. u; (1 each) Weatherproof, lockable container to hold all m electrical components and with a weather protected E access point for camera cabling if the camera is not c directly connected to the container. w Sub-Project 03—Location 01 E a� 40 Street/Mountain Ave ;, Cn Furnish all labor and equipment to connect. activate. d and configure a "one box" safety camera solution E R that will connect by radio modem to the County Fire v Station just west of this location at 40th/Electric JT Avenue. City will provide the network connection N at the County Fire Station. Bidder will provider 2 radio equipment and mounting equipment for the fire station. Access to the County Fire Station will a be coordinated with a County Fire staff member (contact provided after award). E L U tC Sub-Project 03—Location 02 a 18 Packet Pg. 178 10.c f 40 Street/Sierra Wav N r Furnish all labor and equipment to connect, activate, and configure a "one box" safety camera solution a, that will connect by radio modem to the camera at R Location 01 for this sub-project. This camera will pass video data from Location 03. W E a� Sub-Project 03—Location 03 40` Street/Sepulveda � d Furnish all labor and equipment to connect, activate, v and configure a "one box" safety camera solution that will connect by radio modem to the camera at Location 02 for this sub-project. This camera will CO pass video data from Location 04. a Sub-Project 03—Location 04 Tom Street/West of Waterman Ave CO 40 LO Furnish all labor and equipment to connect, activate, and configure a "one box" safety camera solution a) that will connect by radio modem to the camera at Location 03 for this sub-project. This camera will pass video data from Location 05. a N Sub-Proiect 03—Location 05 a Wildwood Park—40t St/Waterman Ave m �a Furnish all labor and equipment to connect, activate, _ and configure the three existing "one box" safety W camera solutions that are located at Wildwood Park. d r This group of existing cameras will connect by radio modem to the camera at Location 04 for this sub- y project. E R Sub-Proiect 03—Location 06 v Baseline Street/Sierra Way to Furnish all labor and equipment to connect, activate, and configure a "one box" safety camera solution a that will connect by radio modem to the existing camera data path from our camera at Baseline E St/Waterman Ave to our existing camera at Baseline s St/Arrowhead Ave. o Sub-Pro'ect 03—Location 07 a 19 MEEM Del Rosa Ave/Hiahland Ave c Furnish all labor and equipment to connect, activate, E and configure a "one box" safety camera solution that will connect by radio modem to the County Fire Station just south of this location on Del Rosa Ave w south of Highland Avenue. City will provide the E network connection at the County Fire Station. y Bidder will provider radio equipment and mounting Cn equipment for the fire station. Access to the County ` Fire Station will be coordinated with a County Fire E staff member(contact provided after award). v Sub-Proiect 03—Location 08 Lvnwood/Mountain Ave R Furnish all labor and equipment to connect, activate, M and configure a "one box" safety camera solution a. that will connect by a City provided cellular data CO modem. It is possible that this camera may need to �o me moved to a nearby City owned street light to obtain electrical service. m Depending on costs and the successful bid, this location might be converted to a solar solution based on the proposal presented in Sub-Project 03 — a Location 09. _ r c Sub-Proicct 03—Location 09 2' Street/F Street—Solar Uparade m �a Furnish all labor and equipment to connect, activate, c and configure a solar power solution for this existing d E pole mounted camera unit. Current vendor information about power requires indicates that this cn camera would consume approximately 40 kWh of electrical power every 24-hours. Power panels can be mounted high on the pole. Batteries must be E placed in a secure container and can be placed low , on the pole. T CO a. u c d Sub-Project 03 E Cost Summary Sheet a 20 Packet Pg. 180 10.c Responses are considered non-complaint and incomplete if vendor fails to complete the enclosed N Sub-Project 03 Cost Summary Sheet with their response. a) U SUB-PROJECT 04 SPECIFICATIONS = FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID W r Sub-Project 03 shall be defined as the purchase, delivery,installation, and activation of eight cameras and the addition of two fixed non-PTZ cameras at an existing camera site in the area of North G Street between 61" Street and Baseline St in the mid-town area of the City of San Bernardino. U Part of this sub-project involves the installation of four new cameras on G Street between 61" w Street and Baseline Street. The City envisions this group of cameras connecting to the existing in camera network via an existing safety camera at the intersection of 6t" Street and G Street in San .2 Bernardino. Existing cameras use a Radwin MIMO radio using a public safety 5.x GHz radio a frequency. This solution should connect and chain video data in a similar manner. 00 0 0 Additionally,the City owns a safety camera at the intersection of 6t"Street and G Street. This project seeks to add to two fixed non-PTZ cameras(of a quality similar to the PTZ camera N r specifics in this proposal)to this safety camera site. These two fixed cameras will join the a existing data stream from this camera to our City Hall complex. t One camera in this sub-project will be installed at the intersection of Baseline St and Mayfield Q Avenue in San Bernardino. There is an existing radio path from an existing camera at Baseline St and Arrowhead. The City envisions this new camera joining that data stream to our City Hall E complex. 4) U _ One camera in this sub-project will be installed at the intersection of Del Rosa Ave and Pumalo Avenue in San Bernardino. This camera will use a radio solution similar to all others in this sub- W project to connect to a new camera from Sub-Project 03 in this proposal located at the E intersection of Del Rosa Avenue and Highland Avenue. Cn Two cameras in this sub-project will be installed on the north side of 6t"Street between E Street and F Street to provide coverage of the City owned Feldheym Library facility on the south side E of this street. The City envisions this group of cameras connecting to the existing camera network via an existing safety camera at the intersection of 6fl'Street and G Street in San Bernardino. vn U_ 7 a c m Sub-Proiect 04 r Proiect Camera Units a L a 21 Packet Pg. 181 Furnish cameras with a "one-box" approach to this sub-project. The Police Department envisions mounting these one-box solutions on City owned light poles or City owned traffic signal poles at the locations referenced below. _ to L _ Each of these units shall have the following W minimum specifications: (1 each) Color Axis Q6034-E PTZ (or similar R camera)with the following characteristics: A—Pan-Tilt-Zoom functionality B—Resolution at least 1280020 C—Angle of View at least 55 degrees D—Low Light Color Sensitivity—0.74 lux vn E—Low Light Black& White Sensitivity—0.04 lux F—IP Addressable configuration software a (1 each) Local storage feature that stores at least 2 TB of video data locally at the camera unit. c (1 each) Switching equipment necessary to allow the camera to communicate with a cellular data modem N (provided by the City) or a data radio modem (provided by the bidder) and the local storage device. (1 each) Weatherproof, lockable container to hold all Q electrical components and with a weather protected y access point for camera cabling if the camera is not directly connected to the container. E c Sub-Project 04—Location 01 L Additional Cameras—6t Street/G Street W E d Furnish all labor and equipment to connect, activate, and configure two fixed non-PTZ cameras with similar performance specifications similar to the as PTZ camera identified in this sub-project. These cameras will join the data stream from this camera to our City Hall complex. M 2 L 7 � a _ m Sub-Proiect 04—Location 02 E L 6'h Street/11 Street 0a 22 Packet Pg. 182 10.c Furnish all labor and equipment to connect, activate, and configure a "one box" safety camera solution that will connect by radio modem to the camera at Location 01 for this sub-project. 4) M Sub-Proiect 04—Location 03 c 7th StreetlG Street W as Y Furnish all labor and equipment to connect, activate, CO and configure a "one box" safety camera solution M that will connect by radio modem to the camera at E Location 01 for this sub-project. This camera will U pass video data from Location 04. y a� �v Sub-Proiect 04—Location 04 CO 9' StreetlG Street M a Furnish all labor and equipment to connect, activate, CO and configure a "one box" safety camera solution c that will connect by radio modem to the camera at Location 03 for this sub-project. This camera will Y pass video data from Location 05. E U Sub-Proiect 04—Location OS � Olive Street/G Street a vi Y Furnish all labor and equipment to connect, activate, a) and configure a "one box" safety camera solution that will connect by radio modem to the camera at Location 04 for this sub-project. c w --------_ - E Sub-Proiect 04—Location 06 Y Baseline Street/Mavfield Avenue > CO cc L Furnish all labor and equipment to connect, activate, E and configure a "one box" safety camera solution M that will connect by radio modem to the existing camera data path from our camera at Baseline St/ Arrowhead Ave. CO M a c Sub-Proiect 04—Location 07 Del Rosa Ave/Pumalo Avenue Y Y Furnish all labor and equipment to connect, activate, Q 23 Packet Pg. 183 10.c and configure a "one box" safety camera solution that will connect by radio modem to the new camera proposed at Location 07 in Sub-Project 03. E Sub-Project 04—Location 08 m U W Street—Feldheym Library Complex r c Furnish all labor and equipment to connect, activate, wE and configure two"one box" safety camera solutions ? that will connect by radio modem to the camera at Location 01 for this sub-project. m E Sub-Project 04 v Cost Summary Sheet m w �a Responses are considered non-complaint and N incomplete if vendor fails to complete the enclosed Sub-Project 04 Cost Summary Sheet with their a response. onse. _ CO 0 0 N C d a E d _ W E a� �o L d E M U - M Cn v 3 a a> E L V R w Q 24 Packet Pg. 184 10.c N SECTION III. E a� BID CONTENT AND FORMS = r w E as W m L am E ca U a� R v a 00 0 0 N C d E t V m Q fR r C d E d U C R .0 C w E N .r W T Co cC L d E U N R v7 v a c a� E u A. BID FORMAT AND CONTENT a Packet Pg. 185 10.c 1. Presentation w Bids should not include any unnecessarily elaborate or promotional d material. Information should be presented in the order in which it is 4) requested. Lengthy narrative is discouraged, and presentations should be brief and concise. Bids shall contain the following: w a. identification of Bidder, including name, address and telephone; N b. proposed working relationship between Bidder and subcontractors, if applicable; o C. acknowledgment of receipt of all RFQ addenda, if any; d w d. name, title, address and telephone number of contact person in during period of bid evaluation; 2 e. a statement to the effect that the bid shall remain valid for a period a of not less than 120 days from the date of submittal; and CO f. signature of a person authorized to bind Bidder to the terms of the N bid. Bidder may also propose enhancement or procedural or technical innovations to the Technical Specifications which do not materially a deviate from the objectives or required content of the project. a E 2. Exceptions/Deviations W State any exceptions to or deviations from the requirements of this RFQ, E stating 'technical" exceptions on the Technical Specifications form, and v "contractual" exceptions on a separate sheet of paper. Where Bidder cn wishes to propose alternative approaches to meeting the City's technical or contractual requirements, these should be thoroughly explained. E U m w ca N v .a a c E 3. Qualifications, Related Experience and References of Bidder U a 26 Packet Pg. 886 10.c This section of the bid should establish the ability of Bidder to satisfactorily perform the required work by reasons of experience in performing work of y a similar nature; demonstrated competence in the services to be provided; E strength and stability of the firm; staffing capability; work load; record of 4) meeting schedules on similar projects; and supportive client reference. Bidder shall: LU a. provide a brief profile of the firm, including the types of services offered; the year founded; form of the organization (corporation, CO partnership, sole proprietorship); number, size and location of offices; number of employees; M b. describe the firm's experience in performing work of a similar nature ;, to that solicited in this RFQ: w C. provide, as a minimum, three (3) references from current customers of a similar size as the City as related experience; reference shall a furnish the name, title, address and telephone number of the person(s) a the client organization who is most knowledgeable CO about the work performed. N 4. Appendices E Information considered by Bidder to be pertinent to this RFQ and which has not been specifically solicited in any of the aforementioned sections a may be placed in a separate appendix section. Bidders are cautioned, however, that this does not constitute an invitation to submit large amounts of extraneous materials; appendices should be relevant and E brief. U _ R L B. LICENSING AND CERTIFICATION REQUIREMENTS w E a� By submitting a bid, bidder warrants that any and all licenses and/or certifications T required by law, statute, code or ordinance in performing under the scope and CO specifications of this RFQ are currently held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification E shall be included in bidder's response. Bids lacking copies and/or proof of U said licenses and/or certifications may be deemed non-responsive and may d be refected. w CO CL c a� E C. COST AND PRICE FORMS a 27 Packet Pg. 187 0 Bidder shall complete the Cost/Price Form in its entirety including: 1) all items listed and total price; 2) all additional costs associated with performance of specifications; and 3) Bidder's identification information including a binding signature. _ L _ Bidder shall state cash discounts offered. Unless discount payment terms are "' offered, payment terms shall be "Net 30 Days". Payment due dates, including discount period, will be computed from date of City acceptance of the required n services or of a correct and complete invoice, whichever is later, to the date City's check is mailed. Any discounts taken will be taken on full amount of W invoice, unless other charges are itemized and discount thereon is disallowed. Freight terms shall be F.O.B. Destination, Full Freight Allowed, unless otherwise specified on price form. in _ a co 0 0 un N a� _ d Q N r _ CD E d V C t0 L _ W E CD N N R L d E U d R N v M 3 a r d E PRICE FORM U a 28 Packet Pg. 188 10.c REQUEST FOR RFQ: RFQ F-17-09 N r _ DESCRIPTION OF RFQ: Citywide Crime Camera System Update BUSINESS NAME/ADDRESS: s _ w E m rn co L NAME AUTHORIZED REPRESENTATIVE V TELEPHONE: a EMAIL: °O 0 0 0 FAX: Of w _ a� E a _ E _ w E a� N Cn cE L d E R U d r.. R N V 7 a c m E PRICE LIST (continued) Project Overall Cost Summary Q 29 Packet Pg. 189 X�E. 0 2017 Citywide Crime Camera System Update N _ FAILURE TO COMPLETE ALL COST SHEETS WILL INVALIDATE BID a� This overall cost summary contains totals from the four sub-project cost sheets. Bidders may provide cost documents inside their proposals; however,these cost summary sheets must be w completed and will be used by the City's grading committee. Provide pricing that is a Firm Fixed E Price. N Total Cost: Sub-Project-01 _ �a U r Total Cost: Sub-Project-02 w ----- -- -- — CO V Total Cost: Sub-Project-03 _ a- co 0 0 Total Cost: Sub-Project-04 N a+ C Total Cost: Q vi as E m t LU E d N a m E U m N v 3 CL a� E r a Packet Pg. 190 10.c PRICE LIST (continued) 2017 Citywide Crime Camera System Update a� Sub-Project 01 d c a FAILURE TO COMPLETE ALL COST SHEETS WILL INVALIDATE BID c W This overall cost summary contains totals from the four sub-project cost sheets. Bidders made provide cost documents inside their proposals; however,these cost summary sheets must be CO completed and will be used by the City's grading committee. a� E a U Sub-Total—Materials _ Sub-Total—Sales Taxes Sub-Total—Shipping _ Sub-Total—Maintenance/Warranty Sub-Total—Installation Labor a. co Total Cost: Sub-Project-01 0 N CO a� C d V R Q N a� C d E d V C R L C W E 4) N T N 6. d E R U d R N v a u c a� E s a 31 Packet Pg. 191 0 PRICE LIST(continued) 2017 Citywide Crime Camera System Update m Sub-Project 02 R FAILURE TO COMPLETE ALL COST SHEETS WILL INVALIDATE BID c W This overall cost summary contains totals from the four sub-project cost sheets. Bidders made provide cost documents inside their proposals; however,these cost summary sheets must be cn completed and will be used by the City's grading committee. m E Sub-Total—Materials Sub-Total—Sales Taxes Sub-Total—Shipping N Sub-Total—Maintenance/Warranty Sub-Total—Installation Labor = Total Cost: Sub-Project-02 CO LO N a-+ C G1 f'+ Q N C (D E d V C RS t C W E 4) r N A R d E t0 U m 4- tv rn v Z CL _ m E t R r a • .1? Packet Pg. 192 10.c PRICE LIST (continued) 2017 Citywide Crime Camera System Update a� E Sub-Project 03—Page I of 3 R FAILURE TO COMPLETE ALL COST SHEETS WILL INVALIDATE BID w This overall cost summary contains totals from the four sub-project cost sheets. Bidders made provide cost documents inside their proposals; however,these cost summary sheets must be completed and will be used by the City's grading committee. L 4) Sub-Project 03—Location 01 E Sub-Total—Materials v Sub-Total—Sales Taxes Sub-Total—Shipping CO Sub-Total—Maintenance/Warranty 2 Sub-Total—Installation Labor .0 IL Location 01 -Total Cost: Sub-Project-03 co 0 0 Sub-Project 03—Location 02 Sub-Total—Materials Sub-Total—Sales Taxes Sub-Total—Shipping Sub-Total—Maintenance/Warranty Sub-Total—Installation Labor a vi Location 02 -Total Cost: Sub-Project-03 m Sub-Project 03—Location 03 R Sub-Total—Materials c Sub-Total—Sales Taxes w Sub-Total—Shipping d Sub-Total—Maintenance/Warranty cn Sub-Total—Installation Labor L CD E Location 03 -Total Cost: Sub-Project-03 U Sub-Project 03—Location 04 Sub-Total—Materials CO Sub-Total—Sales Taxes 2 Sub-Total—Shipping a Sub-Total—Maintenance/Warranty Sub-Total—Installation Labor E Location 04-Total Cost: Sub-Project-03 PRICE LIST (continued) a 33 Packet Pg. 193 2017 Citywide Crime Camera System Update Sub-Project 03—Page 2 of 3 a E FAILURE TO COMPLETE ALL COST SHEETS WILL INVALIDATE BID U R This overall cost summary contains totals from the four sub-project cost sheets. Bidders made c provide cost documents inside their proposals; however,these cost summary sheets must be w completed and will be used by the City's grading committee. d fn I Sub-Project 03—Location 05 rn Sub-Total—Materials Sub-Total—Sales Taxes E R Sub-Total—Shipping v Sub-Total—Maintenance/Warranty Sub-Total—Installation Labor Cn Location 05 -Total Cost: Sub-Project-03 a Sub-Project 03—Location 06 0 Sub-Total—Materials Sub-Total—Sales Taxes -- N Sub-Total—Shipping Sub-Total—Maintenance/Warranty Sub-Total—Installation Labor Location 06 -Total Cost: Sub-Project-03 a vi Sub-Project 03—Location 07 E Sub-Total—Materials Sub-Total—Sales Taxes _ a Sub-Total—Shipping W Sub-Total—Maintenance/Warranty E Sub-Total—Installation Labor Location 07 -Total Cost: Sub-Project-03 a� E Sub-Project 03—Location 08 Sub-Total—Materials r Sub-Total—Sales Taxes Sub-Total—Shipping CO Sub-Total—Maintenance/Warranty Z Sub-Total—Installation Labor ii u _ Location 08-Total Cost: Sub-Project-03 E L V PRICE LIST (continued) a 34 Packet Pg. 194 10.c • 2017 Citywide Crime Camera System Update c Sub-Project 03—Page 3 of 3 E aD U FAILURE TO COMPLETE ALL COST SHEETS WILL INVALIDATE BID r _ This overall cost summary contains totals from the four sub-project cost sheets. Bidders made W E provide cost documents inside their proposals;however,these cost summary sheets must be N completed and will be used by the City's grading committee. > CnR L Sub-Project 03—Location 09 Sub-Total—Materials Sub-Total—Sales Taxes Sub-Total—Shipping T Sub-Total—Maintenance/Warranty -- 2 Sub-Total—Installation Labor a Location 09 -Total Cost: Sub-Project-03 0; 0 0 Sub-Project 03 Total—Materials r Total—Sales Taxes E ® --- Total—Shipping Total—Maintenance/Warranty — Y Total—Installation Labor Q Total Costs: Sub-Project-03 E d U �a W E m N T R L d E R U m ca N 2 a. _ a� E �a Q 35 Packet Pg. 195 10.c PRICE LIST (continued) 2017 Citywide Crime Camera System Update m Sub-Project 03—Page 1 of 3 E FAILURE TO COMPLETE ALL COST SHEETS WILL INVALIDATE BID = �a c This overall cost summary contains totals from the four sub-project cost sheets. Bidders made W provide cost documents inside their proposals; however.these cost summary sheets must be m completed and will be used by the City's grading committee. Cn L Sub-Project 03—Location 01 Sub-Total—Materials Sub-Total—Sales Taxes >, Sub-Total—Shipping Sub-Total—Maintenance/Warranty N Sub-Total—Installation Labor a. Location 01 -Total Cost: Sub-Project-03 0 0 0 Sub-Project 03—Location 02 = Sub-Total—Materials N -- _ Sub-Total—Sales Taxes d - --- Sub-Total—Shipping Sub-Total—Maintenance/Warranty Sub-Total—Installation Labor a vi Location 02 -Total Cost: Sub-Project-03 E 4) Sub-Project 03—Location 03 Sub-Total—Materials Sub-Total—Sales Taxes W Sub-Total—Shipping d Sub-Total—Maintenance/Warranty >, Sub-Total—Installation Labor N R d Location 03 -Total Cost: Sub-Project-03 v Sub-Project 03—Location 04 Sub-Total—Materials in Sub-Total—Sales Taxes Sub-Total—Shipping n' Sub-Total—Maintenance/Warranty Sub-Total—Installation Labor E r Location 04 -Total Cost: Sub-Project-03 e PRICE LIST (continued) a 3 36 Packet Pg. 196 10.c 2017 Citywide Crime Camera System Update U) Sub-Project 03—Page 2 of 3 E FAILURE TO COMPLETE ALL COST SHEETS WILL INVALIDATE BID This overall cost summary contains totals from the four sub-project cost sheets. Bidders made W provide cost documents inside their proposals; however,these cost summary sheets must be E completed and will be used by the City's grading committee. N Sub-Project 03—Location 05 n Sub-Total—Materials Sub-Total—Sales Taxes �v Sub-Total—Shipping Sub-Total—Maintenance/Warranty Sub-Total—Installation Labor in V Location 05 -Total Cost: Sub-Project-03 a Sub-Project 03 —Location 06 0 Sub-Total—Materials 'O Sub-Total —Sales Taxes N Sub-Total—Shipping Sub-Total—Maintenance/Warranty E Sub-Total—Installation Labor Q Location 06 -Total Cost: Sub-Project-03 c m Sub-Project 03—Location 07 aEi Sub-Total—Materials c Sub-Total—Sales Taxes s Sub-Total—Shipping W Sub-Total—Maintenance/Warranty E Sub-Total—installation Labor T Location 07 -Total Cost: Sub-Project-03 E �a Sub-Project 03—Location 08 Sub-Total—Materials Sub-Total—Sales Taxes `6 Sub-Total—Shipping u Sub-Total —Maintenance/Warranty Sub-Total—Installation Labor a c d Location 08 -Total Cost: Sub-Project-03 E U PRICE LIST (continued) Q 37 Packet Pg. 197 1O.c 2017 Citywide Crime Camera System Update y r C Sub-Project 03—Page 3 of 3 E a� FAILURE TO COMPLETE ALL COST SLEETS WILL INVALIDATE BID r c This overall cost summary contains totals from the four sub-project cost sheets. Bidders made w provide cost documents inside their proposals; however, these cost summary sheets must be m completed and will be used by the City's grading committee. R Sub-Project 03—Location 09 Sub-Total—Materials Sub-Total—Sales Taxes Sub-Total—Shipping Sub-Total—Maintenance/Warranty N Sub-Total—Installation Labor a Location 09 -Total Cost: Sub-Project-03 CO0 0 Sub-Project 03 LO Total—Materials04 Total—Sales Taxes m Total—Shipping Total—Maintenance/Warranty Total—Installation Labor a v; Total Costs: Sub-Project-03 d c �a c W E m .r R a� E M U d ca N v a c m E s U a 38 Packet Pg. 198 10.c c PRICE LIST (continued) E E a) U Are there any other additional or incidental costs, which will be required by your firm in order to meet the requirements of the Technical Specifications? Yes / No (circle one). If you answered "Yes", please provide detail of said additional costs: U d CO L a� E v U Please indicate any elements of the Technical Specifications that cannot be met by your firm. N a co 0 0 N a� Have you included in your bid all informational items and forms as requested? Yes / No 4) (circle one). If you answered "No", please explain: E 0a a c d E d This offer shall remain firm for 120 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid. w E a� Cash discount allowable % days; unless otherwise stated, payment terms a are: Net thirty (30) days. N L 4) In signing this bid, Bidder warrants that all certifications and documents requested E herein are attached and properly completed and signed. a� From time to time, the City may issue one or more addenda to this RFQ. Below, n please indicate all Addenda to this RFQ received by your firm, and the date said U Addenda was/were received. M a u c m E r a 39 Packet Pg. 199 10.c PRICE LIST (continued) c a Verification of Addenda Received a Addenda No: Received on: Addenda No: Received on: _ W Addenda No: Received on: L This bid has been reviewed and found to be correct and final. The undersigned E is authorized to providing pricing: AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: a 00 0 Ln 0 DATE SIGNED: c d COMPANY NAME &ADDRESS: Q r.+ c PHONE: FAX: E d EMAIL: Web Address: w E m IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: Cn - d E U m ca N V a c W E s U Q 0 40 Packet Pg. 200 10.c SUBCONTRACTOR'S LIST y c a� As required by California State Law, the General Contractor bidding will hereinafter state the subcontractor who will be the subcontractor on the job for each particular trade or subdivision of the work in an amount in excess of one- _ half of one percent of the General Contractor's total bid and will state the firm W name and principal location of the mill, shop, or office of each. If a General Contractor fails to specify a subcontractor, or if he specifies more than one subcontractor for the same portion of work to be performed under the contract in excess of one-half of one percent, he agrees that he is fully qualified to perform that portion himself and that he shall perform that portion himself. U m DIVISION OF NAME OF FIRM OR LOCATION in WORK OR CONTRACTOR CITY TRADE 0- 00 co 0 N C G1 L U r Q a+ C d E d V C Print Name Signature of Bidder W E a Company Name: Address: d E M U REJECTION OF BIDS co The undersigned agrees that the City of San Bernardino reserves the right to reject any or all bids, and reserves the right to waive informalities in a bid or bids not affected by law, if to do seems to best serve the public interest. a E a 41 Packet Pg. 201 f 10.c NON - COLLUSION DECLARATION E U C TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO = W In accordance with Title 23, United States Code, Section 112, the undersigned E hereby states, under penalty of perjury: Cn That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free E competitive bidding in connection with RFQ F-17-09. Business Name Z Business Address a co Signature of bidder X N r C d Place of Residence a N r C d d v c t c W E m N R d E U r N J t0 V 7 a c Q E t R r a Packet Pg. 202 10.c y C d E d V C R t C SECTION IV. w E a� Cnr ql INSURANCE AND WORKERS' COMPENSATIONS L E U d ca Cn v a co 0 Ln 0 N C d t V tC Q f/1 rr C d E d V C f0 t C W E d w N L d E R U r m R N a c d E �o r Proper Insurance Company Q 43 Packet Pg.203 a _..1O.c All liability insurance shall be issued by an insurance company or companies authorized to transact liability insurance business in the State of California with a policy holder's E rating of A or higher and a Financial Class VII or larger. R Coverage. Coverage shall be at least as broad as the following: W a. Commercial General Liability. Insurance Services Office Commercial General W Liability Coverage (occurrence Form CG 0001). This coverage shall include: i. Manufacturers and Contractors liability, ii. Broad form property damage in any case where the Contractor has any property belonging to the City in the Contractor's care, custody, or control iii. Owners and Contractors' protective liability, ! iv. Blanket contractual liability, v. Products and completed operations coverage, and vi. Coverage for collapse, explosion, and excavation. a co 0 0 b. Automobile Liability. Insurance Services Office Automobile Liability Coverage Yk (Form CA 0001), covering Symbol 1 (any auto). This coverage shall include: N w c d i. Coverage for owned, non-owned, and hired automobiles Limits. The Contractor shall maintain limits no less than the following: a N a. Commercial General Liability. One million dollars ($1,000,000) per occurrence and two million dollars ($2,000,000) aggregate for bodily injury (including death), E W personal injury and property damage, unless otherwise authorized by the City's Risk r_ Manager, or his designee. r c W If Commercial General Liability insurance or other form with a general E aggregate limit or products-completed operations aggregate limit is used, either the general aggregate limit shall apply separately to the work (with the ISO CG 2503, or N ISO CG 2504, or insurer's equivalent endorsement provided by the City) or the general aggregate limit and products-completed operations aggregate limit shall be twice the E required occurrence limit. as b. Automobile Liability. One million dollars ($1,000,000) per occurrence for bodily injury (including death), and property damage for each accident/incident, unless otherwise authorized by the City's Risk Manager, or his designee. a u c (D E t �a a 44 Packet Pg. 204 10.c C. Professional Liability. Contractor shall ensure that any professional engineer(s) retained on its behalf to provide supplemental plans and engineering calculations required in conjunction with the Work, maintains professional liability insurance for the duration of the project_ Such insurance shall be in the minimum a) amount of$1,000,000 to protect City from claims resulting from the engineer(s) activities. w d. No Limitation on Indemnification. These minimum amounts of coverage shall 2 not constitute any limitation or cap on Contractor's indemnification obligation. cn Required Provisions. a. Policies shall include premises/operations, products, completed operations, independent contractors, owners and contractors' protection, explosion, collapse, underground hazard, broad form contractual, personal injury with employment exclusion N deleted, and broad form property damage. •" _ a b. The policy shall be endorsed to waive any right of subrogation against the City, and its Subconsultants, employees, officers, agents and directors for work o performed under this Contract. N r G. The policy shall specify that the insurance provided by Contractor will be 4) considered primary and not contributory to any other insurance available to the City E s U d. The policy shall include the following provision: a N r•+ "Solely as respects WORK done by and on behalf of the named insured for the City of San Bernradino, it is agreed that the City of San Bernardino and its officers, E a) employees and agents are added as additional insured under this policy." ns r e. If policies are written on a claims made basis, the certificate should so specify w and the policy must continue in force for one year after completion of the project. The E retroactive date of the coverage must also be listed. Expiration, Cancellation or Material Change. The policies shall not be canceled unless thirty (30) days prior written notification of intended expiration, cancellation or material E change has been given to the City of San Bernardino by certified or registered mail. r m Deductibles and Self-Insured Retentions. Any deductible or self-insured retention must N be declared to and approved by the City of San Bernardino. The City reserves the right to either approve, reduce, or eliminate such deductibles or self-insured retentions. a u a� E L V R a+ Q 45 Packet Pg. 205 WORKERS' COMPENSATION / EMPLOYER'S LIABILITY INSURANCE r c General. E The Contractor and all subcontractors shall insure (or be self-insured), under the applicable laws relating to workers' compensation insurance, all of their employees performing the work, in accordance with the "Workers' Compensation and Insurance Act", Division IV of the Labor Code of the State of California and any Acts amending W thereof. Insurance Requirements. d E a. Secure and Maintain Insurance. Prior to City's execution of the Agreement, M Contractor shall secure, and shall thereafter maintain without lapse of coverage until completion of the Contract such workers' compensation and/or employer's liability insurance. Cn b. Provide Certificates of Insurance. Prior to the City's execution of the = a Agreement, Contractor shall submit an original certificate of insurance, or self- insurance, to the City verifying that Workers' Compensation insurance is in effect in the CO required limits with the required provisions as stated below, or that Contractor is self- 'r' insured for such coverage. N c a� If Contractor has no employees, a certified statement to that affect shall be submitted to the City, acknowledging that if Contractor does employ any person a certificate of insurance shall be submitted as provided in this section. a vi C. Workers' Compensation Certification. Contractor shall comply with Labor Code Section 1861. E U C Proper Insurance Company. All worker's compensation/employer's liability insurance shall be issued by an insurance company or companies authorized to transact w insurance business in the State of California with a policy holder's rating of A or higher E CD and a Financial Class VII or larger. Cn Limits. Statutory limits are required for Workers' Compensation. Employer's Liability shall be no E less than one million dollars ($1,000,000). U CD Required Provisions. N U a. The policy shall be endorsed to waive any right of subrogation against the City, and its Subconsultants, employees, officers, agents and directors for work a performed under this Contract. E a 4E Packet Pg. 206 10.c Expiration, Cancellation or Material Change. _ N a� C The policy shall not be canceled unless ten (10) days prior written notification of intended expiration, cancellation or material change has been given to the City of San Bernardino by certified or registered mail. s c w E d w CO �o a� E �a U JT R a co 0 0 N C d _ v M V r Q vi C m E m c ca r c w E a� r N tC E R U d J M N v a C m E t �a r w Q 47 Packet Pg.207 1 O,c c m E m SECTION V. R c GENERAL SPECIFICATIONS w d R E U a> R N 2 a. 00 0 0 0 N c d Q V! r c d E d V c t c W E CD w N A Co L E R U r N «s N v .a a. c m E U V. GENERAL SPECIFICATIONS a 48 Packet Pg. 208 10.c 1. Each bid shall be in accordance with Request for Quotes (RFQ) Number F-17-09. All specifications are minimum. Bidders are expected to meet or exceed these specifications as written. Bidder shall attach to their bid a complete detailed W itemization and explanation for each and every deviation or variation from the RFQ tZ specifications and requirements. Conditional bids, or those that take exception to the RFQ specifications and requirements, may be considered non-responsive and W may be rejected. 2. The City reserves the right to accept or reject any and all bids and to award a �. contract to the bidder whom best meets the City's requirements. This may include waiver of minor irregularities or discrepancies, or nonconformity to specifications in E appropriate circumstances. Purchase shall be on a best buy basis after due consideration of all relevant factors, including but not limited to, workmanship, accessibility of parts and service, known evidence of manufacturer's responsibility and record, durability and known operational record of product and suitability as well cn as conformity to City needs and requirements. In all cases the best interest of the .2 City shall prevail in all contract awards. a 3. The City of San Bernardino reserves the right to purchase more or less than the quantities specified at unit prices bid. CO 4. Bids shall be firm offers, subject to acceptance or rejection within 120 days of the opening thereof. N 5. Regular dealer. No bidder shall be acceptable who is not a reputable manufacturer or dealer of such items as submitted for bid consideration. 6. All materials, workmanship and finish entering into the construction of the equipment must be of the best of these respective kinds and must conform to the character of a the equipment and the service for which it is intended to be used and shall be produced by use of the current manufacturing processes. "Seconds", factory rejects, and substandard goods are not acceptable. E 7. Each bidder shall submit with their bid a copy of the proposed product specifications, _ complete detailed drawings, and other descriptive matter in sufficient detail to clearly describe the equipment, materials and parts offered. w 8. Manufacturer and/or Contractor shall defend any and all suits and assume all liability E for any and all claims made against the City of San Bernardino or any of its officials T or agents for the use of any patented process, device or article forming a part of N equipment or any item furnished under the contract. 9. Each bidder must state in their bid the guaranteed delivery date of product and/or E services in number of calendar days from the date of contract execution by the City U of San Bernardino, time is of the essence relative to this contract. Contractor shall 1 prosecute the work continuously and diligently and shall deliver the items at the n earliest possible date following the award of the contract. 10. Each bidder shall list in their bid all factory, manufacturer's and/or dealer's warranty and/or guarantee coverage and shall submit such written documents evidencing the 0- same same attached to the bid. 11. Successful bidder(s) (Contractor) shall furnish and deliver to the City complete E equipment as bid and awarded, ready for installation and fully equipped as detailed U in these specifications. a 49 Packet Pg. 209 12. Price shall be quoted F.O.B. San Bernardino (all transportation charges shall be fully prepaid), and shall include all discounts. Bid shall include California sales tax, where applicable, (effective January 1, 2013) computed at the rate of 8.25%, (this will normally be shown as a separate line item on the price form). 13. City shall make payment within thirty (30) days after the complete delivery and acceptance of the specified items by the City of San Bernardino and receipt of the = Contractor's priced invoice. w 14. All "standard equipment" is included in any bid. Bidders furnishing bids under these l specifications shall supply all items advertised as "standard" equipment even if such items are not stipulated in the specifications, unless otherwise clearly accepted in the bid. 15. The items which the bidder proposes to furnish the City must comply in all respects with the appropriate safety regulations of all regulatory commissions of the Federal Government and the State of California, whether such safety features and/or items w have been specifically outlined in these specifications or not. cn 16. Contractor delivering equipment pursuant to these RFQ specifications shall guarantee that equipment meets specifications as set forth herein. If it is found that a equipment delivered does not meet requirements of these specifications the Contractor shall be required to correct the same at their own expense. CO 17. By submitting a bid, each bidder agrees that in the event complete delivery is not made within the time or times set forth pursuant to this specification, damage will be N sustained by the City, and that it is, and will be impractical and extremely difficult to, ascertain the actual damage which the City will sustain in the event of and by reason of such delay. 18. In case the delivery of the items under this contract is delayed due to strikes, a injunctions, government controls, or by reason of any cause or circumstance beyond the control of the Contractor, the time for delivery may be extended (in the City's sole discretion) by a number of days to be determined in each instance by mutual E written agreement between the Contractor and the Purchasing Manager of the City U of San Bernardino. The City shall not unreasonably refuse such extension. s 19. Contract. Each bid shall be submitted and received with the understanding that w acceptance by the City of San Bernardino of bid in response to this solicitation shall constitute a contract between the Contractor and the City. This shall bind the v, Contractor to furnish and deliver at the price bid and in complete accordance with all cn provisions of RFQ No. F-17-09. In most cases the basis of award will be the City's standard purchase order that may or may not incorporate this solicitation by E reference. T d R N U 0- 20, 20. Prohibited interest. No member, officer, or employee of the City or of any agency of the City during his tenure or for one year thereafter shall have any interest, direct or E indirect in this contract or the proceeds thereof. Furthermore, the parties hereto U covenant and agree that to their knowledge no board member, officer or employee a 50 Packet Pg. 210 10.c of the City has any interest, whether contractual, non-contractual, financial or otherwise, in this transaction; or in the business of the contracting party other than the City, and that if any such interest comes to the knowledge of either party at any time, a full and complete disclosure of all such information will be made in writing to the other party or parties, even if such interest would not be considered a conflict of interest under Article 4(commencing with Section 1090) or Article 4.6 (commencing with Section 1120) of Division 4 of Title I of the Government Code of the State of W California. r 21. One Document. These specifications, the notice inviting bids, RFQ F-17-09, the >1 Cn Contractor's bid, any written agreement executed by the parties, the purchase order and all documents referred to in the complete specifications and purchase order, E and all written modifications of said documents shall be construed together as one document. Anything called for in any one of said documents shall be deemed to be required equally as if called for in all. Anything necessary to complete the work properly shall be performed by the contractor, whether specifically set out in the in contract or not. All sections of the specifications shall be read as constituting a whole and not as an aggregation of individual parts, and whatever is specified in one a section shall be construed as applying to all sections. 22. The City of San Bernardino reserves the right to accept or reject any and all bids. o 23. Prompt payment. Each bidder may stipulate in their bid a percentage prompt payment discount to be taken by the City in the event the City makes payment to the N Contractor within ten (10) working days of receipt of material and approval of invoice. For the purpose of this provision, payment is deemed to be made on the s date of mailing of the City check. NOTE: prompt payment discounts will only be used during bid evaluation in the case of ties. a 24. Inquiries_ Direct all inquiries to Vanessa Slouka at 909-384-5346. Technical questions may be sent via fax to 909-384-5043. The answers to material questions will be provided to all potential bidders. E 25. Bid/Price forms. No bid will be acceptable unless prices are submitted on the U pricing forms furnished herein, and all required forms are completed and included s with bid. Deliver all bids, SIGNED and SEALED, to the Purchasing Division, Finance w Department at 300 North "D" Street, 4th Floor, City Hall, San Bernardino, California E 92418. CLEARLY MARK THE RFQ SPECIFICATION TITLE: CITYWIDE CRIME n CAMERA SYSTEM UPDATE and Number F-17-09 ON THE OUTSIDE OF THE co ENVELOPE. d 26. Time. All bids must be received in the Purchasing Division no later than 3:00 PM, E PST, April 20, 2017, where at such time and said place bids will be publicly opened, examined and declared. Any bid may be withdrawn by bidder prior to the above scheduled time for the opening of bids. Any bid received after that time and date N specified shall NOT be considered. 2 a 27 The City of San Bernardino reserves the right at its own discretion to award separate contracts for each category, or to award multiple contracts, or to award one E contract for furnishing and delivering of all equipment and/or services in all a categories. y a 51 Packet Pg. 211 28. Equipment. In the purchase of equipment, Contractor shall be required to furnish one (1) OPERATORS MANUAL and one (1) PARTS MANUAL for all equipment bid. 29. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest 4) in and to all causes of action it may have under Section 4 of the Clayton Act (U.S.C. Sec 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700 of Part 2 of Division 7 of the Business and Professions Code), arising from purchases "' of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. 30. Contractor shall indemnify, defend and hold City, its officers, employees and agents harmless from any claim, demand, liability, suit,judgment or expense (including, M without limitation, reasonable costs of defense) arising out of or related to Contractor's performance of this agreement, except that such duty to indemnify, defend and hold harmless shall not apply where injury to person or property is cn caused by City's willful misconduct or sole negligence. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the City shall be considered as "attorney's fees" for the purposes of this a paragraph. o 31. While not restricting or limiting the foregoing, during the term of this Agreement, Contractor shall maintain in effect policies of comprehensive public, general, and N automobile liability insurance. in the amount of$1,000,000 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the City's Risk Manager prior to undertaking any work under this Agreement. The policies shall name the City as an additional insured and shall provide for ten a (10) day notification to the City if said policies are terminated or materially altered. r furnish a GheGk, GeFtified Ghprk or faithful PeFfGFFRaHGe bond 1 b4d bond E made payable to the Gity of San BeFRardine in aR amount equal to 0 i 10% V C M swFety shall be subjeGt tG the approval of the Gity of San _ r IDGRds shall be W E bond shall have a FatiRg iR BestInsuranre guide of l }r sa 33. Written contract documents, duly authorized and signed by the appropriate cn authority, constitute the complete and entire agreement(s) that may result from the T RFQ. E 34. City may, at its discretion, exercise option year renewals for up to three (3) years, in one-year increments. w Cn 35. By submitting a bid, bidder warrants that any and all licenses and/or certifications a required by law, statute, code or ordinance in performing under the scope and specifications of this RFQ are currently held by bidder, and are valid and in full force E and effect_ Copies or legitimate proof of such licensure and/or certification shall be a 52 Packet Pg. 212 10.c included in bidder's response. Bids lacking copies and/or proof of said licenses and/or certifications may be deemed non-responsive and may be rejected. 36. Once the award has been made and prior to the commencement of the job, the City's Municipal Code (M.C. 5.04.005) requires that a Business doing business with 0 the City, obtain and maintain a valid City Business Registration Certificate during the r- term of the Agreement. 37. Vendor (Contractor)/ Consultant services agreement(s) (VSA/CSA). A signed "' vendor/Consultant service agreement may be required between both parties prior to commencement of the job. ;, Cn M L E U 4� ''M^ Cn _U 7 a co 0 0 5 N C N U fC Q N a+ C d E N V C cc t C W E N a M L W E M U a R U .Q 7 0_ C N E L V f0 a+ Q Packet Pg.213 _ _ W E San Bernar 1n0 SM i d E March 13, 2017 ADDENDUM #1 Cn TO Z Request for Quotation (RFQ) F-17-09 a Citywide Crime Camera System Update 00 0 0 Notice is hereby given that the following changes, additions, deletions, or clarifications are incorporated as an Addendum to the Request for Quotation r (RFQ) F-17-09 1. The fire station located at Electric Avenue and 40th as well as the fire station at a Del Rosa Avenue -- we will need to install 2 radios for this project. Are there existing wire paths from the roof of both fire stations to where the City is providing the network connections? 0) U Answer: _ UJ No. d V) N c0 d 2. Is there a ledge or something on the roof of the fire stations to mount/support for the new radios? L) a w Answer: At Fire Station 227 (40th Street)there is a ledge over the apparatus bay 3 doors that is on the front of the station. a _ CD At Fire Station 226 (Del Rosa) there is a ledge over the north side of the L apparatus bay. w a Packet Pg. 214 10.c 3. What type of network connection is provided by the City at the fire stations? N r Answer: a E d Both fire stations will have a T1 circuit exclusively for this project. 4. Will the City except a substitute manufacture in place of the Radwin MIMO? w E a� Answer: N Cn R 5. On the three existing Wildwood Park cameras that are not currently activated, is there constant power at each of the 3 locations? U Answer: Cn Yes. 2 .a 6. Are there enough radios at the Wildwood Park location to get connectivity back to a the new camera location without any additional equipment? o 0 0 Answer: N a� Yes. E 7. The camera at Baseline Street and Sierra Way -- is there enough through put in V a that path back to City Hall? vi c a� Answer: E d Yes. M s c W 8. On the path that the camera at Baseline Street and Sierra Way — how many E hops are in the path back to City Hall? Answer: d E Three. U r - 9. What is the current model number and firmware of the Radwin MIMO? co U Answer: a RW2049-0200 RW5200-0250 E RW5525-0050 �a a Packet Pg. 215 10.c N a-+ 10.Is the City providing constant power at the all poles except the one pole that E needs solar? 4) _ Answer: LU We believe constant power exists at each location. Problems might cause us to consider other poles at these locations. a L d 11.Sub-project 04 — location 01 to 08 -- is there enough through put on current system for all 10 new cameras? d w Answer: in 12.On the portable camera units, you indicate we are to provide a pole that the a. police will mount to a trailer-- can you give more information on the trailer and o how you intend to lower the pole and move the system around? N Answer: a� r We do not need a pole. We will mount the cameras to a pole associated with the trailer. a N 13.Would the City be interested in a complete package --trailer and camera -- designed to collapse and move around? E Answer: e° w This project looks for two camera units for the trailers. A successful bid E will include pricing for the two units. A vendor could certainly submit N optional complete trailer solutions that might be looked at during bid co review. However, complete trailer solutions should be separate items listed in an extras/optional items section. E U 14. Please confirm no bid bond or performance bond is required. d w R Answer: `) V No bonds. a. _ a� E a Packet Pg. 216 10.c 15. In technical specifications, what constitutes a "Bidder's Acknowledgement"? Would initialing the open space behind specifications suffice? Or are you seeking r another form of acknowledgement? aD Answer: _ r _ Unless specifically outlined by our City Finance Department and other W documents, the Police Department believes that authorized initialing would E 4) suffice. W 16. On page 3, you reference "References"; but we could not find a form for E references we would need to complete. d Answer: in 2 Unless specifically outlined by our City Finance Department and other documents, the Police Department believes that references could be listed a on a regular sheet of paper labelled "References." o Ln0 N 17. On page 3, you reference "Bidder's Experience, etc."; but we could not find a form for this we would need to complete. E Answer: a N See#16. _ E a) U 18. On page 3, you explain two places where signatures are required. We found r only one place to put a signature; which was as part of the price list form. Is that w sufficient? E CDCD Answer: i Vanessa will answer E 19. Davis Bacon? as Answer: N Vanessa will answer _ a a E Sincerely, Vanessa Slouka a Packet Pg.217 This Page Is Left Intentionally Blank