Loading...
HomeMy WebLinkAboutStaff Report 305-07TO: FROM: DATE: SUBJECT: HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: POLICE JULY 16, 2007 CMR:305:07 APPROVAL OF A FIVE-YEAR CONTRACT IN AN AMOUNT NOT TO EXCEED $275,000 WITH NTI GROUP, INC. FOR A FULLY- HOSTED AND MANAGED COMMUNITY ALERTING AND EMERGENCY NOTIFICATION SYSTEM -CAPITAL IMPROVEMENT PROGRAM PROJECT NUMBER TE-07001 RECOMMENDATION Staff recommends that Council authorize the City Manager or his designee to execute a contract in an amount not to exceed $275,000 with NTI, Inc. for the procurement of a community alerting and emergency notification system. BACKGROUND As a result of public concerns following the Palo Alto floods of 1998, it was determined that a methodology for notification of disasters and/or emergencies by the City to residences and businesses was necessary. A Blue Ribbon Task Force, consisting solely of citizens, was tasked with researching available mass-notifications options and eventually recommended the Teleminder notification system. While the Teleminder notification system was recognized as leading edge technology at the time and a viable means of immediately notifying the segment of the population in imminent danger of an emergent situation, the timeliness of the notifications were delayed if the segment of the population for notification was of any significant geographical size. As a result, only a limited segment of the community is contacted while the remainder of the population remains generally uninformed of the situation. The Teleminder notification system uses 16 dedicated telephone lines and is augmented with 32 additional City PBX lines rerouted when needed for Teleminder usage. While the transfer was activated, the use of facsimile machines and other City PBX lines was prevented. Using a 30- second message, it would take hours - sometimes more than 24-hours - to notify the entire community of an emergency situation. The Teleminder relied upon telephone numbers from the 9- CMR:305:07 Page 1 of 10 1-1 database to outreach to the community. Two of the significant problems with relying upon the 9-1-1 database were a restriction for use of the system for emergency notifications only, and the potential for outdated information as the City received updated data on a monthly basis. It became apparent, that the Teleminder system would no longer meet the needs of the City and in 2006, the City Council authorized funding through a CIP project to procure a replacement community alerting and emergency notification system. As part of the Fiscal Year 2006-07 budget process, the City Council authorized CIP project number TE-07001. Following extensive research, the City developed specifications and requirements and issued a Request for Proposal (RFP) on February 27, 2007. During the Fiscal Year 2007-08 budget process, the City increased the allocation for this CIP by $125,000 for the two proposed additional years. A copy of the bid proposal is provided in Attacl~-nent B. DISCUSSION Attachment A to this report is the contract with NTI Group, Inc. (NTI) for annual services related to providing a fully-hosted and managed community alerting and emergency notification system. NTI is a privately held company that provides comprehensive communication systems designed specifically for local, regional, State, and Federal government entities to enable rapid dissemination of critica! information via voice and text devices. Keeping pace with the quickly changing technology market and responding to a desire by government agencies to outreach to large numbers of residents through a variety of means and for a variety of proposes, community alerting and emergency notification systems have changed. Increasingly, public agencies no longer rely upon dial-up systems that they own and operate and opt to contract with fully hosted and managed alerting systems that offer diverse functionality and offer the ability to reach out to tens of thousands of residents simultaneously. Community Input The City conducted an inclusive process that included community involvement in the bid requirement, evaluation and solicitation process, as well as interdepartmental meetings throughout the process. To assist in the bid requirement and needs development process, Palo Alto Neighborhood (PAN) leaders conducted a survey of their membership. Although admittedly unscientific, the PAN leaders received feedback from all 27 neighborhood associations and 49 percent of the membership indicated they were unhappy with the timeliness of the current alerting system and 77 percent wanted a better system for community-wide notifications on emergencies and crime. Many preferred notification via an alternative means (e.g., text messaging or email). CMR:305:07 Page 2 of 10 PAN leaders represented their membership through the entire selection process, participating in the evaluation process, demonstrations with the two finalist vendors, selection review and currently participate on the community/interdepartmental policy development working group that will have oversight responsibility as the new alerting system is implemented. Along with PAN members, the City partnered with the City of Menlo Park on the bid process, with Police Department staff participating both jointly and individually in the evaluation process. The bid process was structured so that additional area communities could participate in the process and procure the same system in collaboration with the City of Palo Alto, or select a different vendor that might more closely meet their needs. Summary_ of Solicitation Process The City outreached directly to approximately 20 community alerting and emergency notification vendors who offered a fully-hosted system, a hardware-software solution that the City would purchase, and a hybrid of the two solutions. It was important to City staff that the bid process be as open as possible, to ensure it had the opportunity to evaluate all the solutions that were available in the notification system market. The chart below provides an overview of the bid process. i Community Alerting and Emergency PROJECT NAME/NUMBER i C0mm~nications System " RFP Number .... 120880 PROPOSED LENGTH OF PROJECT Phased implementation over 90 days ’following contract signing - Five year i contract NUMBER OF PROPOSALS MAILED TO 25, plus published on City of Palo Alto VENDORS Website under Open Solicitations and local media articles i TOTAL DAYS TO RESPOND TO RFQ ’ 21 Business Days :} i PRE-PROPOSAL MEETING Yes 20 vendors participated in ¯m~dat0ry pre:bid conference I NUMBER OF PROPOSALS RECEIVED Eight ] SOLICITATION PRICE RANGE .....~ $5,500* - $132,575 (per year)] * Various vendors required additional per minute usage charge ranging from .05 cents to .30 cents per minute. Additional one-time set-up, training and other required implementation fees would be required. CMR:305:07 Page 3 of 10 Two vendors contacted the City following the mandatory pre-bid conference to indicate withdrawal from the process, and it is assumed that others did not submit applications because they did not meet the City’s bid requirements. As part of the proposal review and vendor selection process, the Police Department put together an evaluation committee consisting of PAN leaders and other key persormel from a number of City departments. The committee evaluated each of the eight proposals submitted by vendors, consulted with Purchasing and City Attorney’s office and screened out the proposals based on non- compliance with the required specifications. Each of the proposals was individually and carefully screened for adherence to the specifications. The City evaluated proposals based on the following criteria: Compliance with Bid Format Quality of Proposal System Design Overall Integration Quality of System Components Bidder’s Experience References Acceptance of the City’s Contract Terms Ease of Use and Quality of Public Access Although each of the vendors’ proposed solutions Committee’s evaluation, and provides an overview proposals. had merits, the chart below outlines the of the scoring and ranking of the vendor TOTAL POINTS -- MAXIMUM 377 ! 374 i 137 i 266 . 287 i 293 223 287 POINTS 500 .......- RANKNG ...................l 1 ..................12 .................................7 ...............~ 5 .....................I 4 ..........................3 ....................... ...... ................. ........ .............. PERCENTAGE OF TOTAL 75% i75%27% i 53%57%59%!45%57% AVAILABLE POINTS CMR:305:07 Page 4 of 10 Both NTI and 3N were invited to participate in a full day of demonstrations. The Department invited members of the City Council, the Human Relations Commission, all City departments, as well as the community and media to attend the demonstrations. City staff from Stanford University, the City of Milpitas, East Palo Alto and Menlo Park sent personnel to the demonstrations. In addition, the City solicited assistance from the community to participate as recipients of messages. A number of PANDA members volunteered and participated in the process, receiving multiple calls during the day and providing the City with feedback on the two solutions. This process gave working group members from the evaluation team the opportunity to ask additional questions of the two finalist vendors to assist in the evaluation process, and afforded the opportunity to other City staff and members of the community to be a part of evaluation process. The City had attendees complete a survey card (Attachment C) providing feedback on the systems they were seeing. The chart in Attachment D provides an overview of the important functional needs and demonstrated compliance by each vendor with the critical system requirements. In addition to NTI being the vendor of choice by individuals attending the vendor demonstrations, the attached chart confirms that NTI was able to demonstrate full compliance with the system specifications. Reference checks were conducted on NTI and the Connect-CTY product. Each of the user agencies rated it highly and recommended the system. The Connect-CTY product was used to communicate with local community members and evacuees, as well as public agency personnel following the Katrina disaster. The City of Menlo Park conducted an independent evaluation process and selected NTI Connect-CTY as well. Stanford University staff who are also interested in securing a community alerting system opted against NTI, as the system doesn’t currently dial international numbers and it has a large population of students and professors with international wireless phone numbers. Stanford has been approached by City staff to consider letting the City utilize a distribution list for communication with Stanford personnel and students in the event of an emergency, and is considering this request. Features and Functionality of NTI Connect-CTY System Some of the most important factors that led to the City selecting NTI’s Connect-CTY system are its multi-purpose functionality capabilities; all-inclusive access with technical and operational support; public relations assistance; and most important, unlimited use of the Connect-CTY system for routine, urgent and emergency outreach to its first responders, City staff, the public and outside agencies. With the payment of one annual fee, the City can use the system for any purpose it deems appropriate for communicating with City employees and community groups. The NTI system has the ability to make upwards of a million calls per hour and has service level ageements with multiple telecommunications carriers (landline, wireless, and Voice over Internet CMR:305:07 Page 5 of 10 Protocol (VolP) from multiple locations across the nation to deliver voice recordings, email and Short Message Service (SMS) text messages to wireless devices to City staff and the public. Although the NTI system has the ability to deliver upwards of a million messages per hour, an important consideration is the capacity of the local telephone central office network capacity to deliver voice messages without overburdening and degrading the ability for the public to dial 9-1-1 or make other phone calls from their landlines. City staff worked with AT&T and confirmed that the local central office network capacity is approximately 22,000 calls per minute. Although not all messages will be delivered via landline phone lines that route in this manner, with the increasing number of wireless devices, the City wanted assurance that the rapid and mass delivery alerting and notification system would not compromise the ability for residents to use their landline telephones from a local business or residence in an emergency while notifications are sent. The City has verified that the NTI network relies upon scientific algorithms that throttle back and manage the delivery of calls so as to not overburden the local phone systems. It has also confirmed with other users of the NTI Connect-CTY product that they have not experienced this problem, relying on the system to deliver tens-of-thousands of messages simultaneously. In addition, the City can assist by delivering messages to defined areas or groups gradually and still reach large numbers of individuals quickly and efficiently. The Connect-CTY system will be fully integrated with the City’s robust Geographical Information System (GIS). By leveraging the City’s GIS maps, City staff can take advance of already drawn boundaries for neighborhoods, fire districts and beat patterns, utility zones, and ensuring delivery to one or multiple locations with a simple and easy process. One of the problems with the existing Teleminder system is that it required City staff to be present at City Hall in order to initiate an emergency alert. It was virtually impossible for on-duty emergency personnel to activate the system, as they were often committed to the emergency itself. Often times, someone had to be called in, which resulted in additional delays in getting the notifications started. NTI Connect-CTY system can be accessed from anywhere by any user that has been authorized by the City to access the system. The alerting and notification system can be activated by authorized personnel via the Internet, stepping through a user-friendly menu or through an NTI 24-hour call center. These call centers are distributed across the country to avoid any localized emergency impact the delivery of messages. There are a number of ways that messages can be delivered. One is to use pre-determined calling lists (e.g., neighborhood association members, downtown business owners, PANDA and other volunteers, department emergency responders, or individuals with special needs, etc.). The NTI system offers language translation for several languages and will provide the opportunity to listen to a message recorded in Spanish or other language when receiving a phone call. The NTI Call Center has personnel that can translate a message for voice and text delivery, or the City could utilize the translation services accessible through the 9-1-1 system to conference call with the call center and CMR:305:07 Page 6 of 10 have them record a message in a non-NTI supported language. In addition, the system can turn text messages into voice recordings when the system is accessed for alerting via the Intemet. For contact numbers in the community, NTI draws from 240 public sources of information and determines a primary telephone number for each business or residence address in the City. In addition, residents or business owners can access a profile screen via the Intemet and update the contact number, provide alternative wireless device SMS numbers, or email addresses. By providing updated information, the public can request to be notified at an alternate phone number or email address if, for example, they would like to be notified while at work outside the City of an event that may be occurring in the City. Through a carefully timed and comprehensive public outreach progam and in partnership with the Palo Alto Neighborhood Associations, PAUSD and others, City staff will facilitate access to the Internet for those that opt to change their profile information and don’t have computer access. The City has begun this outreach, and the PAN leaders have done an exceptional job on communicating the features of functions of this new system. The City will work with the PAUSD to create pre-determined call lists for students, parents and school administrators to get time-sensitive information out in the event of an emergency at a Palo Alto school. It was evident with the recent tragedy at Virginia Tech University, that communication capability during an emergency can be vastly improved through the use of this system. Students, parents and school officials can be notified instantaneously with critical life-saving information. The Police Department School Resource Officers will work with school administrators to put this pro~am in place. Other System Uses The capabilities and uses of the system are vast and will be implemented using a phased approach. Within 30-days of contract signing, the City will begin use of the system - relying upon primary public numbers and those pre-established lists that are under development. As mentioned previously, the system can be utilized to enhance routine communication with the public; an example would be for street closure information. More time-sensitive notifications that are important or required might include Utilities notification of residents or businesses in power zones or areas when there is a planned outage. Currently, Utilities must notify the resident that the power is being turned off to a location or resident by physically sending a Utilities employee to the address with a flyer. By utilizing the community alerting and notification system, there is no longer the need to use staff resources for this labor-intensive purpose and residents can be notified while at work outside the City of a power outage or other related event occurring at their residence or business. CMR:305:07 Page 7 of 10 Other enhanced communications capabilities with this system will be timely delivery of information and updates to the media, the City Council and City personnel during an emergency. Using the system, City departments can poll personne! on their availability to respond to work during an emergency incident. The recipient can use a keypad to respond to questions. Through timely communication, City staff can more effectively manage resources and pace the response of personnel over several hours for prolonged emergencies. The City could opt to utilize this same feature to poll specific residents, for example, to elicit feedback from residents on the success or failure of traffic calming techniques in a given neighborhood. Along with enhanced communication with the community, there is the opportunity for improved communications capability for City personnel. Through this system, each authorized user can establish up to six individual distribution lists that are specific to them. For example, the Public Information Officer can establish a media list for timely and effective delivery of information to the press. Because the potential uses for a system as robust as the NTI Connect-CTY system are vast, the City has established an interdepartmental and community representative working group to establish a City policy that will govern the use of this system. Although the emergency uses for such a system are easy to determine, City staff want to work together with the community and businesses to establish priorities and ensure the system doesn’t result in over-communication with the public, resulting in desensitizing the effectiveness of the system when a true emergency message is sent out. Following full implementation, the Community Alerting and Emergency Notification Policy will transition to the Emergency Preparedness Steering Committee and Working Group for oversight and updates. Cost-Benefit NTI system pricing was mid-range for the proposals, but was higher than the other finalist vendor for the annualized fee for service system proposed. However, NTI was the only vendor that offered an all-inclusive package (public relations and outreach support, training, technical integration of GIS and other related services), along with unlimited use of the system for one fixed annual fee. The City determines when the system is needed and is not constrained by limiting its use due for routine communication because of a concern over price. In addition, the City was able to negotiate a $12,500 per year reduction over the $62,500 per year annual fee proposed by NTI during each of the first three years, by entering into a multi-year agreement. Although selecting a system that offered the City the maximum benefit and flexibility in such an important system, price was also important given the City’s fiscally challenging environment. The fee for service price is based on the number of residence or business addresses in Palo Alto (approximately 22,500). Based on this figure, this system will cost the City roughly $2.20 per address for an entire year of enhanced communication and rapid emergency alerting with the public. CMR:305:07 Page 8 of 10 If resident population is used, that figure is reduced to less than $1 per person. That figure is further reduced when one takes into consideration that multiple pre-determined call distributions lists can be created for each location with numerous individuals (e.g., students, parents and administrators for each school). Implementation and Training The Police Department will continue to serve as lead project manager on this effort and will continue to work with the Fire Department’s Office of Emergency Services and other City departments to effectively implement this system. It is expected that the system will be fully implemented (all pre-determined distribution lists, community outreach, etc.) within 90 days of contract signing. Brochures, links via the City’s website will be added and other tools and resources as determined by the interdepartmental working group. The final policy will be incorporated into the City’s Emergency Plan. RESOURCE IMPACT Funding in the amount of $275,000 has been authorized by the City Council through the CIP process and managed through the Technology Fund for this five-year contract.No additional funding is required. POLICY IMPLICATIONS This agreement is consistent with existing City policy. ENVIRONMENTAL REVIEW This contract service is not subject to CEQA pursuant to Title 14 California Code of Regulations Section 15061(b)(3), and it can be seen with certainty that there is no possibility of a significant effect on the environment. CMR:305:07 Page 9 of 10 ATTACHMENTS Attachment A: NTI Contract Attachment B: RFP Attachment C: Demonstration Survey Tool Attacl~nent D: Comparison Chart PREPARED BY: SHERYL ~,:/CONTOIS Technical Services Director DEPARTMENT HEAD: LYNNE JOHNSON Police Chief CITY MANAGER APPROVAL: EMILY HARRISON Assistant City Manager CMR:305:07 Page 10 of 10 ATTACHMENT A CITY OF PALO ALTO CONTRACT N0.C08120880 AGREEMENT BETWEEN THE CITY OF PALOALTO A!qD NTI GROUP, INC. FOR PROFESSIONAL SERVICES (Community Alerting and Notification System) This AGREEMENT is entered into July 11, 200Z by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and NTI GROUP, INC., a Delaware Corporation located at 15301 Ventura Boulevard, Building B, Suite 300, Sherman Oaks, California ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreen~ent. A. CITY intends to install high-speed community alerting system for emergency notification (~Project") and desires to engage a consultant to provide a fully-hosted, fully managed community alerting and notifications system in connection with the Project (~Services") . B. CONSULTANT has represented that it and any subconsultants have the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit "A", attached to and made a part of this Agreement. D. CONSULT~hNT has agreed to perform the Services on the terms and conditions contained in this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, this Agreement, the parties agree: AGREEMENT SECTION I. SCOPE OF SERVICES. CONSULTI~NT shall perform the Services described in Exhibit ~A" in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through July 31, 2012 unless terminated earlier pursuant to Section 21 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this AgreemenS. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit "A", attached to and made a part of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shal! not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit "A", including both payment for professional services and reimbursable expenses, shall not exceed Two Hundred Seventy Five Thousand Dollars ($275,000]. The applicable rates and schedule of payment are set out in Exhibit "B", entitled ~COMPENSATION," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit ~Bu. CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shal! mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit ~’A". SECTION 5. INVOICES. In order to re_quest payment, CONSULTANT shall submit an annual invoice to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT’s billing rates (set forth in Exhibit "B"). If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULT/~NT’s payment requests shall be subject to verification by CITY. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be performed by CONSULT~!T9 or under CONSULTANT’s supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skil! and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsultants have and shal! maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skil! engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Se_~-vices under this Agreement. CONSULTANT shall procure all permits and licenses, pay al! charges and fees, and give all notices required by law in the performance of the Services CONSULTANT shall report immediately to the CITY’s project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and/or guidelines in relation to the Project of the performance of the Services. All documentation prepared by CONSULTANT shall provide for a completed project that conforms to all applicable codes, rules, regulations and guidelines that are in force at the time such documentation is prepared. SECTION 8. ERRORS/OMISSIONS. CONSULTANT shall correct, at no cost ~o CITY, any and all errors, omissions, or ambiguities in the work product submitted to CITY, provided CITY gives notice to CONSULTANT. If CONSULTANT has prepared plans and specifications or other design documents to construct the Project, CONSULTANT shall be obligated to correct any and all errors, omissions or ambiguities discovered prior to and during the course of co~struction of the Project.This obligation shal! survive termination of the Agreement. SECTION 9o COST ESTIMATES. CONSULTANT shall submit estimates of probable co~istruction costs at each phase of design submittal. If the total estimated construction cost at any submitta! exceeds ten percent (10%) of the CITY’s stated construction budget, CONSULTANT shall make recommendations to the CITY for aligning the PROJECT design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. SECTION I0. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person emp!oyed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of the CITY. The manner and means of conducting the Services are the responsibility of and under the control of CONSULTanT, except to the extent they are limited by applicable law and the express terms of this Agreement. CONSULTANT will be responsible for emp!oying or engaging al! persons necessary to perform the Services. All contractors and employees of CONSLU~TANT are deemed to be under CONSULTANT’S exclusive direction and control. CONSULTANT shal! be responsible for their performance. SECTION ii. ASSIGNMENT. The parties agree that the expertise and experience of CONSLFLTANT are material considerations for this Agreement. CONSLV~TANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULT/uNT’s obligations hereunder without the prior written consent of the city manager. Consent to one assignment wil! not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION 12. SUBCONTP~ACTINGo CONSULTANT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. CONSULTanT shall be responsible for directing the work of any subconsultants and for any compensazion due to subconsultants. CITY assumes no responsibility whatsoever concerning such compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a subconsultant. CONSULTANT shall change or add subconsultants only with the prior approval of the city manager or his designee. SECTION 13. PROJECT MANAGEMENT. CONSULTihNT will assign Daniel Petersen as the project director to have supervisory responsibility for the performance, progress, and execution of the Services and as the project coordinator to represent CONSULTANT during the day- to-day work on the Project. If circumstances or conditions subsequent to the execution of this Agreement cause the substitution of the project director, project coordinator, or any other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY’s project manager. CONSULTANT, at CITY’s request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. The city manager will represent CITY for all purposes under this Agreement. Sheryl Contois is designated as the project manager for the CITY. The project manager will be CONSULTThNT’s point of contact with respect to performance, progress and execution of the Services. The CITY may designate a~. alternate project manager from time to time. SECTION 14. DUTIES OF CITY. To assist CONSULTANT in the performance of the Services, CITY will furnish or cause to be furnished the specified services and/or documents described in Exhibit "A" and such other available information as may be reasonably requested by CONSULT.~NT. SECTION 15. OWNERSHIP OF MATERIALS. 15.!. The City acknowledges and agrees that the Connecty- CTY Service (the, ~Service"), and all training guides, and NTI data and materials to the City pursuant to the use of the Service, are not purchased or developed with City funds. Accordingly, nothing in the Agreement grants or transfers to the City any ownership rights in the foregoing materials. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available to any individual or organization without the prior written approval of the city manager or designee. 15.2. In addition to the provisions of Subsection 15.1., above, the following shal! apply to documents, and electronic equivalents (collectively "Plans") deve!oped pursuant to this Agreement: 15.1.1. CITY shal! have the right to reproduce and use the Plans for purposes of the Project that is the subject of this Agreement for training purposes of the Project. 15.2.2. CITY shall have the right to reproduce, use and modify the PLA:MS, or portions thereof, in the design and construction of any other future CITY project. CITY acknowledges that CONSULTANT does not warrant the suitability of the PLANS for reuse other than as needed for the Project that is the subject of this AGREEMENT. 15.2.3. The right of the CITY to modify and reuse the PLANS pursuant to this Subsection 15.2. is subject to the provisions of California Business and Professions Code Sections 5536.25, 6735, 6735.3 or 6735.4, whichever is applicable. SECTION 16. AUDITS° CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records pertaining to matters covered by this Agreement. CONSULTA:~T further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 17. INDEMNITY. To the fullest extent permitted by law, CONSULT~NT shall protect, indemnifyl defend and hold harmless CITY, its Council members, officers, employees and agents (each an ~Indemmified Party") from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including al! costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements ("Claims") that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. Notwithstanding the above, nothing in this Section 17 shall be construed to require CONSULTD~T to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. The acceptance of CONSULTIuNT’s services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 17 shall survive the ex!3_iration or early termination of this Agreement. SECTION 18. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 19, INSURANCE. 19.1.CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "C". CONSULTA~NT and its contractors, if any, shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy or policies. 19.2.All insurance coverage required hereunder shall be provided through carriers with Best’s Key Rating Guide ratings of A-:VII or higher which are admitted to transact insurance business in the State of California. Any and all contractors of CONSULTA~NT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identica! insurance coverage, naming CITY as an additional insured under such policies as required above. 19.3.Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates wil! be subject to the approval of CITY’s Risk Manager and will contain an endorsement stating the insurance company wil! endeavor to provide (30) days written notice of cancellation (i0 days if for nonpayment of premium) to the City and that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer, who will endeavor to provide thirty (30) days’ prior written notice of the cancellation or modification to the Purchasing Manager, CONS’~JT~NT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CI~f’s Purchasing Manager during the entire term of this Agreement. 19.4.The procuring of such required policy or policies of insurance will not be construed to limit CONSULTanT’s liability hereunder nor to fulfil! the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULT/hUT will be obligated for the full and tota! amount of any damager injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, inju_--y, or loss arising after the Agreement is terminated or the term has expired. SECTION 20. WORKERS’ COMPENSATION. CONSULT/uNT, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing and during the performance of the Services. SECTION 21.TE~MINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 21.1.The city manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (I0) days’ prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 21.2.CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving ten (i0) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY. 2!.3.Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 21.4.Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., i0 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONStVhTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise of his/her discretion 21.5. No payment, partial payment, acceptance, or partial acceptance by CITY wi!l operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 22.NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager. To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 23. CONFLICT OF INTEREST. 23.1.In accepting this .Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 23.2.CONSULTanT further covenants that, in the performance of this Agreement, it will not employ subconsu!tants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY; this provision wil! be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. 23.3. If the Project Manager determines that CONSULTANT is a ~Consultant" as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shal! be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipa! Code and the Political Reform Act. SECTION 24. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULT~XIT agrees that in the performance of this Agreement, it shal! not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marita! stazus, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Chapter 2.28 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Chapter 2.28 pertaining to nondiscrimination in employment, including completing the form furnished by CITY and set forth in Exhibit SECTION 25.MISCELLANEOUS PROVISIONS. 25.1. This Agreement will be governed by the laws of the State of California. 25.2.In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 25.3.The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys’ fees expended in correction with that action. 25.4.This document represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 25.5. The covenants, terms, conditions and provisions of this Agreement wi!l apply to, and will bind, the heirs, successors, executors, administrators, assignees, and CONSU-mTANTs, as the case may be, of the parties. 25.6.If a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 25.7.All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorpora[ed in this Agreement and wil! be deemed to be a part of this Agreement. 25.8.This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Pa!o Alto Municipal Code. This Agreement wil! terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fisca! year and funds for this Agreement are no !onger available. This Section 25.8 shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. APPROVED AS TO FOPd~: Senior Asst. City Attorney APPROVED: NT!GROUP, INC. Name : Paul L,_~ Ouvanq Title: President and C.O.O. (If President o~ CITY OF PALO ALTO By : Assistant City Manager Name: Bruce Worman Title: C.F.O./Treasurer (If corporation: Secretary or Treasurer) Director of Administrative Services Taxpayer Identification No. 20-0597724 Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT ~C": EXHIBIT EXHIBIT (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) SCOPE OF WORK / SCHEDULE OF PERFOP_MTh, NCE COMPENSATION INSURANCE NONDISCRIMINATION COMPLIANCE FORM NTI REPRESENTATIONS AND OBLIGATIONS Exhibit A City of Palo Alto Community Alerting and Emergency Notifications System SCOPE OF WORK The Pato Alto Police Department on behalf of the City of Palo Alto has selected NTI, Inc. to provide Connect-CTY, a robust and interaction kigh-speed community alerting and emergency notification system. The system shall have the ability to perform automatic and simultaneous notifications to members of the public, City Staff and first responders on a 24x7 basis. The City of Palo A!to and NTI, Inc. shall work together to implement the NTI/Connect- CTY system ("community alerting system") for time-sensitive community alerting and emergency notification. This document outlines the responsibilities that each shal! undertake through this project. The Scope of Work identifies the three Phases of Implementation: Data Integration, Training and Launch of the system. GENERAL REQUIREMENTS The City of Palo Alto has identified Technical Services Director Sheryl Contois who shall serve as the City’s Project Manager and shall work with NTI on the implementation of this system. NTI, Inc. shall identify a single point of contact for the community alerting system implementation. CONTRACT EXECUTION AND PROJECT SCHEDULE The milestones outlined in this Scope of Work are defined in art implementation schedule (Attachment X) are based on a July 24, 2007 contract signing date. This contract is based on the assumption that City Council shall authorize the award of a contract between the City of Palo Alto and NTI for a community alerting system at a City Council meeting on June 23, 2007. The NTI product meets the City’s bid specifications and requirements and provides the following key items as part of a fully-hosted, fully managed service. Unlimited use of the system by the City based on a yearly fixed price. There is no additional charge for calls going to City employees, pro-determined lists -, neigdaborhood groups, volunteer groups, or other identified ~oups established by the City of Palo Alto. There are no additional fees for set-up, technical support, or additional phone lines required by the City for maintenance or training. There are no long-distance fees. City of Pal0 Alto Community Alerting and Emcrgency Notification Syslem Implementation Scope of Work Page I of 4 ¢"NTI shall provide all available residential and business phone numbers as part of the system and these public numbers shall be updated monthly - these numbers will be based on phone numbers collected from more than 210 public information providers and the database is cleansed using state-of-the-art industry standard techniques to ensure accuracy. ~" Integrated use of the City’s Geographic Information System (GIS) to allow targeted alerting from a single household or area or to the entire community - NTI Group will use cities GIS shape flies to create calling groups. ¯/ Two-way communication asking the recipient of the message to response to questions via their phone keypad. -/ Messages can be delivered via recipients’ landline, cell phone, wireless text-based device, and emait accounts. ,/ Message tracking and a series of comprehensive reports NTI provides geographically dispersed data centers and agrees to maintain redundant Telephone Company providers. In addition, it shall provide call routing, throttling, and load balancing through tested algorithms, to ensure that based on the local telephone exchange carrier’s bandwidth, calls shall be delivered quickly and efficiently, without overburdening the local telephone network. PHASED IMPLEMENTATION NTI and the City Project Manager shall hold at a minimum a weekly conference call to discuss the project status. The date/time will be mutually agreed upon in advance. NTI shall provide the City with a Public Relations contact from iN~I and provide the City with sample public relations material. NTI shall work with the City to develop public education and outreach materials to information the community, city staff and the media with information on the new Connect-CTY community alerting system. Documents not previously created in templates can be co-created between City and NTI. The Connect-CTY shall be available for a soft-launch on August 27, 2007 relying on the initial Primary Contacl Numbers supplied by NTh The City intends to use the months of August and September for distribution list development, public outreach, primary contact information updates and complete and thorough testing of the distribution lists and map boundaries. The City intends to fully implement the system no later than October 1, 2007. PHASE I -- DATA INTEGRATION The City shall provide NTI with an electronic copy of the City’s Geographic Information System (GIS) base map with boundary information. The City shall facilitate discussions between City GIS staff and NTI Technical staff to review maps. Although the City and NTI shal! work together to identify and resolve conflicts with the data, it is NTI’s City of Palo Alto Community Alerting and Emergency Notification System lmp!ementation Scope of Work Page 2 of 4 responsibility to ensure the base map information is properly loaded and accessible for use by the City of Palo Alto for use with the community alerting and notification system. The City shall provide NTI with a City employee and staff data and review electronic format with NTI Technical staff. NTI shall prepare residential and business data and load residential and business data information to determine Primary contact number for each location. The City and NTI shall work together to review and validate the data loaded in the City of Palo Alto’s community alerting system. It shall be the responsibility of NTI to load this information into the Pa!o Alto community alerting system. The City shall identify the caller-ID, web portal and email ID and work with NTI staff to identify and resolve any conflicts with this information. It shall be the responsibility of NTI to load this information into the Palo Alto community alerting system. PHraSE II - TRArNrNG The City of Palo Alto shall work with NTI to identify the various levels of users, create user accounts and identify the roles and rigahts of City staff to utilize and activate the Pato Alto community alerting system. NTI shall be responsible for creating department and agency information for access to the Palo Alto community alerting system. NTI shall conduct Administrative User training (approximately 90 minutes) at I0 a.m. on August 9, 2007 or on another mutually agreed upon date or method for training delivery (e.g., web training). NTI shall conduct General User training (approximately 90 minutes) on August 14, 2007 at 10:00 a.m. and 2:00 p.m.; August !6, 2007 (2 p.m.); August 21, 2007 (10 a.m. and 2:00 p.m.); August 23, 2007 (2pm) and one evening class To Be Determined. PFL~SE III- LAUNCH NTI shall host a Public Relations Conference cal! on July 31, 2007 at 10:00 a.m. PDT. NTI Public Relations staff shall provide the City with a draR media campaign materials including a draft article and other related publications information no later than August 15, 2007. The City will work with NTI staffto record and schedule an introductory message for the initial Primary Contact numbers. City of Pa!o Alto Community" Alerting and Emergency Notification System Implementation Scope of Work Page 3 of 4 NTI shall assist the City with the launch of introductory ca!l messaging and ensure the call is delivered correctly. NTI shall provide 24x7 Customer Care support during the initial implementation and throu~h the life of the contract to ensure updates and system enhancements are properly loaded and useable. City of Palo Alto Community Alerting and Emergency Notification System Implementation Scope of Work Page 4 of 4 Pricing / Compensation Exhibit B Year One - August 1, 2007 through July 31,2008 ...............$50,000 Year Two - August 1,2008 through July 31, 2009 ...............$50,000 Year Three -August 1, 2009 through July 31, 2010 ............$50,000 Year Four- August 1,2010 through July 31,2011 .............$62,500 Year Five - August 1,2011 through July 31, 2012 ...............$62,500 Total Amount Not to Exceed ..........................................$275,000 EXHIBIT C INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTI:LACT OBTAIN AND MAINTAIN INSURANCE INTHE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH A BEST’S KEY RATINGOF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD 1S CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRED YES YES YES YES TYPE OF COVERAGE MINIMUM LIMITS EACH OCCURRENCE AGGREGATE WORKER’S COMPENSATION AUTOMOBILE LIABILITY COMPREHENSIVE GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTP~CTUAL, AND FIRE LEGAL LIABILITY NO REQUIREMENT STATUTORY STATUTORY BODILY INJURY PRQPERTY DAN~GE BODILYINJURY&PROPERTYDAMAGE COMBINED. BODILYINJURY EACH PERSON EACH OCCURRENCE PROPERTY DAMAGE BODILYINJURYAND PROPERTY DAMAGE, COMBINED ALL DAMAGES COMPREHENSIVE AUTOMOBILE LIABILITY, INCLUDING, OWNED. HIRED, NON-OWNED $I,000,000 $1,000,000 $1,000,000 $1,000.000 $1,000,000 $1,000,00Q Sl,000,OOO $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,00o,ooo $i,ooo,oo0 $1,ooo,ooo $1,000,o00 $1,0°0,°°0t YES PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: PROPOSER. AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, INFULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT. THE INSUP~NCECOVERAGE HEREIN DESCRIBED, INSURING NOT ONLY PROPOSER AND ITS SUBCONSULTANS, IF ANY, BUT ALSO. WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSURES CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. INSURANCE COVERAGE MUST INCLUDE: A.A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B.A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY. SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION AND IV THROUGH V, BELOW. A.NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER): Hartford Insurance Co of the Midwesf g600 wi~man g]vd San Antonio, TX 78251 B.NAME, ADDRESS, AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER: Woodruff-Sawyer & COo 2 Park Plaza, Ste. 525 Irvine, CA 92614 C.POLICY NUMBER(S): 72SBAAF9770 _," 72WBChlQ8377 ,-. City of PaiD Alto -Page 1 of 2 EXHIBIT C INSURANCE REQUIREMENTS DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL): $500.00 AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND PROPOSER’S SUBMITTAL OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS SPECIFIED HEREIN. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES" A,PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY tS PRIMARY AND lS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES. B.CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSURES UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C.NOTICE OF CANCELLATION IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL ENDEAVOR TO PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL ENDEAVOR TO PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS: THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. SIGNATURE(S) MUST BE SAME SIGNATURE(S) AS APPEAR(S) ON SECTION 11, ATTACHMENT A, PROPOSER’S INFORMATION FORM. Firm:The NTI Group, ~nc. Signature: Name: Signature: Name: Bruce Worman (Print or type name) (~ype name) NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303. City of Palo Alto -Page 2 of 2 i;~RODUCER Woodruff-Sawyer & Co. z Park ?hza, Suke 525 Irvine, CA 92614 (888) 6469636 The NT[ Group 15201 Vemura Blvd. Building B, Suite ~00 CA 91403 ACOROo CERTIFICATE OF COVERAGES LIABILITY NSURANCE I 03/02!2007 [THIS CERTIFICATE IS lSSUED AS A MATTER OF INFORMATION I ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE i HOLDER¯ THIS CERTIFICATE DOES NOT AMEND, EXTEND OR~ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE ~.suaE.a ~,: Hartford Fire Insurance Company i~.suRsa s: Lloy_d__~s of London ~.~ISURER C: Safconline LLC INSURER INSURER THE POLICIES OF INSURANCE LISTED BELOW ltAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED¯ NOTWITHSTANDING ANY REQUIRE,WENT. TERM OR CONDffION OP ANY CONTRACT OR OTHER DOCUMENT WI~ RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED MAY PERTAIN, THE INSURANCE AFFORDED BY THE POL:CIES DESCRIBED H~REIN ;S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ’--’t~i i ~aSONAL ~ aov ~NOU~’," i s I 000 000 OEN’L ,~GGREGATE LIMIT AF#LIES PER: t L PROOUCTS, COMPtOP AGO. _L ..... 2,000,00~+ { POLICY ~ PRO- ~ LOC ’ AUTO~,~OBILE LIAelLI~57UUN[Z~919 03/02/2007 03/02/2008 COMBINED SINGLE LIMK 1,000,O00 ........ I ANY AUTO 57R.HU1ZS884 03i02!2007 i ---- ALL 0’¢#4E0 AUTOS i~ SCHEDUU:D AUIOS NON-OWNED AUTOS ~ aF~,~lo,s 10,000 03i02i2008 0310212008 03!30i07 ~\ ’,’4ORKeRSCO~,~ENsAr,osAND 57WETQ6619 I 03102!2007I B OTHER Primary Errors A SEN2006000299 ’03i30i06 Omissions Issued for Evidence oHnsurance Pu~oses Only AUTO ONLY OTHER THAN EA ACC. ~ i$ $ x I WC STATU. !OTH. E.L. EACH ACCIDENT $[ ,000t000 E.L. DISEASE- EA EMPLOYEE S 1,000~000 ILimit of Liability s $5,000,000 Deductible $$35,000 CERTIFICATE HOLDER I i ADDITIONAL INSURED; INSURER _ETTER: NTI Group 15301 Vcntura Blvd., Building B, Suite 300 Sherman Oaks, CA 91403 LOAN #: ACORD 254 (7t97) tO #: CANCELLATION !0 Day Notice l~rar NoD-Paynmm of Premium IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. IT~ AGENTS OR @ ACORD CORPO~TION 1988 IMPORTANT If [he certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights ~o the certificate holder in lieu of such endorsement(s). If SUBROGATIOtH tS WAIVED, subject to the terms and ccndkions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights ~.o the certificate holder in lieu of such endorsement(s). DISCLAIMER The Cedificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does if affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (7197) CERTIFICATE OF INSURANCE Addendum Date: 0.3/02/2007 INSURED:The NT! Group 15301 Venmra Blvd. Building B, Suite 300 Sherman Oaks, CA 91403 DESCRIPTION OF OPERATIONSiLOCATIONSNEHICLESISPECIAL ITEMS (Continued) Ccrfificatc Hotder: NTt Group 1530! Ventura Blvd., Building B, Suite 300 Sherman Oaks, CA 9 ~.403 !nsu~’cr L’cuer: C ( Safeoniine, LLC) Type oF insurance: Excess Errors & Omission Poiicy Number: SF6059O0Z Policy Et’fecdve Date: 03/30/06 Policy Expiration Date: 03i30/07 Lm~i~.s: S3,000,000 excess ot"$5,000,000 Exhibit D Certification of Nondiscrimination As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certify that they do not discriminate in employment of any person because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, rnadtal status, familial status, weight or height of such person; that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employmenL I.If Proposer is INDIVIDUAL, sign here: Date: Proposer’s Signature Proposer’s typed name and title If Proposer is PARTNERSHIP or JOINT VENTURE, at least (2) Partners or each of the Joint Venturers shall sign here: Partnership or Joint Venture Name (type or print) Date: Member of the Partnership or Joint Venture signature Member of the Partnership or Joint Venture signature Date: 3.If Proposer is a CORPORATION, the duty authorized officer(s) shall sign as follows: The undersigned certify that they are respectively: President and C.O.O.and .......C~.F,O, Title Title Of the corporation named below; that they are designated to sign the Proposal Cost Form by resolution (attach a certified copy, with corporate seal, if applicable, notarized as to its authenticity or Secretary’s certificate of authorization) for and on behalf of the below named CORPORATION, and that they are authorized to execute same for and on behalf of said CORPORATION. The NTI Group: Inc. Corporation Name (type or print) By: Title: By: Title: President C .F o0 o Date:07/11 /07 Date:07/11/07 City of Palo Alto - RFP CERTIFICATE OF AUTHORITY - CORPOtL4TE 1.I hereby certify that I am the Clerk/Secretary of: The NTI Oroup~ Inc. (insert name of corporation) corporation; and that Paul L.H. Ouvan~ is the duty elected (insert name of officer who signed contract) President. Chief Oporating Officer and Secretary of said corporation; and that (insert title of officer) 3.on 1/13/04 at a duly authorized meeting of the Board of (insert date of meeting)* Directors of said corporation, at which all the Directors were present or waived notice, it was voted that Paul L.H. Ouvang of this corporation (insert name and title of officer) (NOTE: Should be same as No. 2 above) be and hereby is authorized to execute contracts and bonds in the name and on behalf of said corporation~ and affix its Corporate Seal thereto, and such execution of any contract of obligation in this corporation’s name on its behalf, with or x~4thout the Corporate Seal, shall be valid and binding upon this corporation; mad that 4.the above vote has not been amended or rescinded and remains in full force and effect as of the date set forth below. ATTEST: Name: (Please print or t?20e name of Clerk/Secretary) DATE: (insert date Certificate signed by Clerk or SecretaD’)** *This date must be o~ or before the date tha~ the corporate officer signs the contract. **This date must be on or after the date that the corporate officer signs the contract. Exhibit E Representations and Obligations I. Account Information. All passwords and user names (collectively, "Account Information"), provided by Consultant are deemed Consultant Confidential Information. The City is responsible for maintaining the confidentiality of such Account Information and will be fully responsible for al! activities that occur under its account. The City agrees to (i) immediately notify Consultant of any unauthorized use of Account Information or breach of security pertaining to the CTY Service , and (ii) ensure that Users exit from their accounts at the end of each session. 2. Transmission of Messages. The City and Users will not transmit messages using the Connect-CTY(r) Service ("CTY Service "), or use or disclose the data provided by Consultant ("Consultant Data"), in violation of any federal or state laws or regulations, privacy laws. City will be responsible for the content of the messages transmitted by Users using the CTY Service and agrees not to send communications to a Recipient who has indicated that he/she does not wish to receive a communication from the City. The City is prohibited from downloading or making copies of Consultant Data. Any search and on-screen display functionality is restricted to resolving incidents or assisting an individual or business entity inquiring about the use of its information pursuant to the CTY Service The City acknowledges that Consultant is not responsible for and does not give any assurance to City, any User, or any other person or entity with respect to validity or accuracy of data including, the Consultant Data and data input by any individuals on the CTY Web Porta!. Consultant uses best efforts to provide the Consultant Data in accordance with generally accepted professional standard. 3. Security. City is responsible for knowing who has access to the City’s applications and servers, keeping track of who has login accounts, and making sure that proper security precautions are being taken with respect to Account Information. The City will be responsible for activities that occur under its account. The City will provide Users and other staff with appropriate notice of the terms and conditions under which access to the CTY Se!-vice is granted including, in particular, any limitations on access or use of the CTY Service as set forth in the Policies and this Agreement. Consultant is responsible for implementing adequate security precautions to protect security for matters under its direct control. 4. Confidentiality. The City and Consultant agrees to maintain the confidentiality of Consultant Confidential Information (as defined below), with the same degree of care it uses to protect its own confidentia! and proprietary information, but in no event less than a reasonable degree of care. For the purposes of this Agreement, the term "Confidential Information" shall mean the Consultant Data, the CTY Service and all documents relating thereto, including but not limited to, the User Guide, materials identified as confidential, and the member pages of the Consultant Website, provided, however, that, City may disclose Confidentia! Information only to the extent required by law or in response to a Public Records Request under California Law; City agrees to make best efforts to provide Consultant with notice prior to such disclosure together with a list and copies of, all documents that will be disclosed. City and Consultant agree to limit access to the Confidential Information to those of its employees and independent contractors who have a business need for the access and who have entered into appropriate confidentiality agreements with the City. Upon the termination of this Agreement or the expiration of the Term, whichever is earlier, City shall, either destroy or promptly return to Consultant(without retaining copies, in any medium) any and al! Consultant Confidential Information. 5.Warranty. Consultant represents and warrants that the CTY Setice will perform in a commercially reasonable and professional map_net and in accordance with the Scope of Work specified in Exhibit A. The City accepts that the CTY Se~zice is intended to augment and not replace, First Responder services (such as, for example purposes only, 911, fire, police, emergency medical, and public health), that have already been notified and deployed and that the CTY Service is not designed for use in any situation where failure of the CTY Service could lead to death, personal injury, or damage to property. Consultant will use commercially reasonable efforts to assure that the CTY Service remains available for access by Client twenty-four (24) hours per day, seven (7) days per week, three hundred sixty-five (365) days per year, excluding scheduled maintenance. In the event the CTY Service experiences unscheduled unavailability, Consultant will take all actions reasonably necessary to determine the source of the problem. If the source of the problem is outside of the control of Consultant, it will use commercially reasonable efforts to notify the party/parties responsible and cooperate with the party/parties to resolve such problem as soon as possible. If the source of the problem is within the control of Consultant, it will use best efforts to resolve the problem within eight (8) hours of determining its source. In the event that the CTY Service fails to comply with the above warranty, the City shall promptly inform Consultant of such fact, and Consultant, upon receipt of such notice and at its expense, will use commercially reasonable efforts to correct any verifiable errors (by repair, replacement or re- performance) so that the CTY Service complies with such warranty as soon as possible, but not more than thirty (30) days after written notice from the City ("Cure Period"). In the event that such repair or replacement cannot be done within the Cure Period, then the City, at its sole option, may either: (i) extend the time for the Consultant to correct such breach, if correction is commercially reasonable; or (ii) terminate the CTY Agreement, in which case, in addition to any other right or remedy the City may have, Consultant shall refund to the City the prorated sum of monies paid but not utilized hereunder. The Consultant wil! have no obligation with respect to the foregoing limited warranty to the extent the error or noncompliance was caused, in whole or in part, by the negligence or improper use of the CTY Service by the City or a third party, or a breach by the City of its obligations under this CTY Agreement. Nor will Consultant be responsible for delays, errors, failures to perform, interruptions or disruptions in the services contemplated under this CTY Agreement caused by or resulting from any act, omission or condition beyond the Consultant’s reasonable control, whether or not foreseeable or identified, including without limitation, the loss of, or improper access to Consultant Data or the City Data (collectively, "Recipient Data"), unauthorized access or interception of such data, transmission errors or corruption or security of information carried over telecon~nunication lines, failure of digital transmission links, hostile network attacks or network congestion, or acts of God, strikes, lockouts, riots, acts of war, governmenta! regulations, shortage of equipment, materials or supplies, fire, power failure, earthquakes, severe weather, floods or other natural disaster or the City’s , a User’s or any third party’s applications, hardware, software or communications equipment or facilities. Except as expressly stated otherwise in this Agreement, the CTY Service is provided "AS IS" with no guarantee that it is error free, wil! perform or be uninterrupted, or that defects can or will be corrected. Consultant makes no warranties, express or implied, with respect to the CTY Service , including without limitation, in connection with third party applications, and Consultant specifically disclaims all other warranties regarding the CTY Service including any implied warranties of merchantability or fitness for a particular purpose, or any warranties arising from a course of dealingj course of performance, usage of the trade or trade practice. ATTACHMENT B POLICE DEPARTMENT TECHNICAL SERVICES DIVISION REQUEST FOR PROPOSAL (RFP) NUMBER 120880 FOR PROFESSIONAL SERVICES TITLE: COMMUNITY ALERTING AND EMERGENCY NOTIFICATION SYSTEM PRE=PROPOSAL TELECONFERENCE~: RFP SUBMITTAL DEADLINE: CONTRACT ADMINISTRATOR: 10:00 TUESDAY, FEB. 27, 2007 3:00 P.M. TUESDAY, MARCH 13, 2007 CAROLYNN BISSETT CiTY OF PALO ALTO PURCHASING/CONTRACT ADMINISTRATION 250 HAMILTON AVENUE PALO ALTO, CA 94301 (650) 329=2271 REQUEST FOR PROPOSAL (RFP) NO.120880 FOR PROFESSIONAL SERVICES TITLE: COMMUNITY ALERTING AND EMERGENCY NOTIFICATION SYSTEM 1. INTRODUCTION The City of Palo Alto is seeking proposals from qualified firms to provide professional services to provide robust and interactive high-speed community alerting and emergency notification system. The required services and performance requirements are described in the Scope of Services (Attachment C). The City has budgeted a maximum of $150,000 for these services in the 2005/2006 Fiscal Year. 2. ATTACHMENTS The attachments below are included with this Request for Proposals (RFP) for your review and submittal (see asterisk): Attachment A - Proposer’s Information Form* Attachment B - Certification of Non-discrimination* Attachment C - Scope of Work/Services Attachment D - Sample Agreement for Services Attachment E - Insurance Requirements* The items identified with an asterisk (*) shall be filled out, signed by the appropriate representative of the company and returned with submittal. 3. INSTRUCTIONS TO PROPOSERS 3.1 Pre-pr0posal Conference A mandatory pre-proposal conference will be held Tuesday, February 27, 2007 at 10:00 a.m. in the ASD Conference Room, 4th Floor, 250 Hamilton ¯ Avenue, Palo Alto, CA. In lieu of attending in person, a conference bridge has been established, please call 1-877-322-9648.Please use participant’s code: 634989. 3.2 Examination of Proposal Documents The submission of a proposal shall be .deemed a representation and certification by the Proposer that they: 3.3 3.4 3.2.1 3.2.2 3.2.3 3.2.4 3.2.5 Have carefully read and fully understand the information that was provided by the City to serve as the basis for submission of this proposal. Have the capability to successfully undertake and complete the responsibilities and obligations of the proposal being submitted. Represent that all information contained in the proposal is true and correct. Did not, in any way, collude, conspire to agree, directly or indirectly, with any person, firm, corporation or other Proposer in regard to the amount, terms or conditions of this proposal. Acknowledge that the City has the right to make any inquiry it deems appropriate to substantiate or supplement information supplied by Proposer, and Proposer hereby grants the City permission to make these inquiries, and to provide any and all related documentation in a timely manner. No request for modification of the proposal shall be considered after its submission on grounds that Proposer was not fully informed to any fact or condition. Addenda/Clarifications Should discrepancies or omissions be found in this RFP or should there be a need to cladfy this RFP, questions or comments regarding this RFP must be put in writing and received by the City no later than 1:00 p.m., Wednesday, February 28, 2007. Correspondence shall be sent via email to Carolynn.Bissett@cityofpaloalto.or.q, or mailed to Carolynn Bissett, Contract Administrator, City of Palo Alto, 250 Hamilton Avenue, Palo Alto, CA 94301. Responses from the City will be communicated in writing to all recipients of this RFP. Inquiries received after the date and time stated will not be accepted and will be returned to senders without response. All addenda shall become a part of this RFP and shall be acknowledged on the ProposeCs Form. The City shall not be responsible for nor be bound by any oral instructions, interpretations or explanations issued by the City or its representatives. Submission of Proposals All proposals shall be submitted to: City of Palo Alto Purchasing and Contracts Administration 250 Hamilton Avenue, Mail Stop MB Palo Alto, CA 94301 Proposals must be delivered no later than 3:00 p.m. on Tuesday, March 6, 2007. All proposals received after that time will be returned to the Proposer unopened. The Proposer shall submit 6 hardcopies and one (1) CD of its proposal in a sealed envelope, addressed as noted above, bearing the Proposer’s name and address clearly marked, "RFP NO. 120880 FOR PROFESSIONAL SERVICES: Community Alerting and Emergency Notification System." The use of double-sided paper with a minimum 30% post-consumer recycled content is strongly encouraged. 3.4 Withdrawal of Proposals A Proposer may withdraw its proposal at any time before the expiration of the time for submission of proposals as provided in the RFP by delivering a written request for withdrawal signed by, or on behalf of, the Proposer. 3.5 Rights of the City of Palo Alto This RFP does not commit the City to enter into a contract, nor does it obligate the City to pay for any costs incurred in preparation and submission of proposals or in anticipation of a contract. The City reserves the right to: Make the selection based on its sole discretion; Reject any portion of the proposal and all proposals; Issue subsequent Requests for Proposals; Postpone opening for its own convenience; Remedy technical errors in the Request for Proposals process; Approve or disapprove the use of particular subconsultants; Negotiate with any, all or none of the Proposers; Accept other than the lowest offer; Waive informalities and irregularities in the Proposals and/or Enter into an agreement with another Proposer in the event the originally selected Proposer defaults or fails to execute an agreement with the City. An agreement shall not be binding or valid with the City unless and until it is executed by authorized representatives of the City and of the Proposer. Proposed RFP Timeline The RFP Timeline is as follows: RFP Issued ....Pre-Proposal Teleconference Meetinq Deadline for questions, clarifications .. Proposals DueFinalists identified Consultant Interviews Consultant selection and contract preparation Contract awarded Work commences .....February 20, 2007 February 27, 2007 10:00 am. March 6, 2007 March 13, 2007 March 22, 2007 March 27 and/or March 28, 2007 March 30, 2007 April 9, 2007 April 16, 2007 5. Information to be Submitted (to be submitted in this order only) These instructions outline the guidelines governing the format and content of the proposal and the approach to be used in its development and presentation. The intent of the RFP is to encourage responses that cleady communicate the Proposer’s understanding of the City’s requirements and its approach to successfully provide the products andlor services on time and within budget. Only that information which is essential to an understanding and evaluation of the proposal should be submitted. Items not specifically and explicitly related to the RFP and proposal, e.g. brochures, marketing material, etc. will not be considered in the evaluation. All proposals shall address the following items in the order listed below and shall be numbered 1 through 8 in the proposal document. 5.1 Chapter 1 - Proposal Summary This Chapter shall discuss the highlights, key features and distinguishing points of the Proposal. A separate sheet shall include a list of individuals and contacts for this Proposal and how to communicate with them. Limit this Chapter to a total of three (3) pages including the separate sheet. 5.2 Chapter 2 - Profile on the Proposing Firm(s) This Chapter shall include a brief description of the Prime Proposer’s firm size as well as the proposed local organization structure. Include a discussion of the Prime Proposer firm’s financial stability, capacity and resources. Include all other firms participating in the Proposal, including similar information about the firms. 4 Additionally, this section shall include a listing of any lawsuit or litigation and the result of that action resulting form (a) any public project undertaken by the Proposer or by its subcontractors where litigation is still pending or has occurred within the last five years or (b) any type of project where claims or settlements were paid by the consultant or its insurers within the last five years. 5.3 Chapter 3 - Qualifications of the Firm This Chapter shall include a brief description of the Proposer’s and sub- Proposer’s qualifications and previous experience on similar or related projects. Provide descriptions of pertinent project experience with other public municipalities and private sector that includes a summary of the work performed, the .total project cost, the percentage of work the firm was responsible for, the pedod over which the work was completed, and the name, title, and phone number of client’s to be contacted for references. Give a brief statement of the firm’s adherence to the schedule and budget for the project. This chapter shall include information regarding any relationships with firms and/or individuals who many submit proposals in response to the RFPs being developed. 5.4 Chapter 4 -Work Plan or Proposal This Chapter shall present a well-conceived service plan. Include a full description of major tasks and subtasks. This section of the proposal shall establish that the Proposer understands the City’s objectives and work requirements and Proposer’s ability to satisfy those objectives and requirements. Succinctly describe the proposed approach for addressing the required services and the firm’s abilibj to meet the City’s schedule, outlining the approach that would be undertaken in providing the requested services. 5.5 Chapter 5 - Proposed Innovations The Proposer may also suggest technical or procedural innovations that have been used successfully on other engagements and which may provide the City with better service delivery. In this Chapter discuss any ideas, innovative approaches, or specific new concepts included in the Proposal that would provide benefit to the City. 5.6 Chapter 6 - Project Staffing This Chapter shall discuss how the Proposer would propose to staff this project. Key project team members shall be identified by name, title and specific responsibilities on the project. An organizational chart for the project team and resumes for key Proposer personnel shall be included. Key personnel will be an important factor considered by the review committee. Changes in key personnel may be cause for rejection of the proposal. BACKGROUND CHECKS 5.6.1 Background checks (e.g. fingerprint and criminal history check) will be required of all personnel who have access to the City’s data. 5.6.2 Individuals who do not pass a Police Department background check will not be allowed access to the City’s data. The decision of the Police Department is final 5.7 Chapter 7 - Proposal Exceptions This Chapter shall discuss any exceptions or requested changes that Proposer has to the City’s RFP conditions, requirements and sample contract. If there are no exceptions noted, it is assumed the Proposer will accept all conditions and requirements identified in the Attachment D - "Sample Agreement for Services." Items not excepted will no.__~t be open to later negotiation. 5.8 Chapter 8 -Proposal Costs Sheet and Rates The fee information is relevant to a determination of whether the fee is fair and reasonable in light of the services to be provided. Provision of this information assists the City in determining the firm’s understanding of the project, and provides staff with tools to negotiate the cost, please provide in a table format. It is anticipated that additional jurisdictions may also elect to purchase the system. Therefore, please provide two pricing proposals: (1) City of Palo Alto only purchases system and (2) price in the event two or more jurisdictions purchase the system, This Chapter shall include the proposed costs to provide the services desired. Include any other cost and price information, plus a not-to-exceed amount, that would be contained in a potential agreement with the City. The hourly rates may be used for pricing the cost of additional services outlined in the Scope of Work. The cost should include all charges; including but not limited to sales tax, transportation, installation, training, out-of-pocket expenses and any other charges. PLEASE NOTE: The City of Palo Alto does not pay for services before it receives them. Therefore, do not propose contract terms that call for upfront payments or deposits. 6 5.9 Chapter 9 - Qualified vendors may opt to propose a self-hosted software solution that the City would purchase and manage in-house for purposes of community alerting and emergency notification system or some combination of a hosted and self-hosted system. This chapter should explain the solution proposal. 6. Contract Type and Method of Payment It is anticipated that the agreement resulting from this solicitation, if awarded, will be a fixed fee form of contract. A Sample Agreement of Services is provided as Attachment D. The method of payment to the successful Proposer shall be on a fixed fee basis with a maximum "not to exceed" fee as set by the Proposer in the proposal or as negotiated between the Proposer and the City as being the maximum cost to perform all work. This figure shall include direct costs and overhead, such as, but limited to, transportation, communications, subsistence and materials and any subcontracted items of work. Progress payments will be based on a percentage of project completed. Proposers shall be prepared to accept the terms and conditions of the Agreement, including Insurance Requirements in Attachment E. If a Proposer desires to take exception to the Agreement, Proposer shall provide the following information in Chapter 7 of their submittal package. Please include the following: Proposer shall clearly identify each proposed change to the Agreement, including all relevant Attachments. Proposer shall furnish the reasons for, as well as specific recommendations, for alternative language. The above factors will be taken into account in evaluating proposals. Proposals that take substantial exceptions to the proposed Agreement may be determined by the City, at its sole discretion, to be unacceptable and no longer considered for award. Insurance Requirements The selected Proposer(s),. at Proposer’s sole cost and expense and for the full term of the Agreement or any extension thereof, shall obtain and maintain, at a minimum, all of the insurance requirements outlined in Attachment E. All policies, endorsements, certificates andlor binders shall be subject to the approval of the Risk Manager of the City of Palo Alto as to form and content. These requirements are subject to amendment or waiver if so approved in writing by the Risk Manager. The selected Proposer agrees to provide the City with a copy of said policies, certificates and/or endorsement upon award of contract. 7. Review and Selection Process Please provide in thirty pages or less a detailed overview of how the response will perform the functions listed in the RFP. All responses and attachments shall be sequentially numbered to respond with the related question or requirement. If you are referencing attachments, please indicate the attachment number. You must respond to each question in the field provided following the question. 7.1Using the Response Codes below please indicate in the brackets ~ if your proposal meets or can meet the functionality requirements listed in the RFP. RESPONSE CODE DEFINITION A Existing B Under Development C Minor Modification Report Writer The requirement will be met by proposed existing software that is operational at other sites and can be demonstrated to the City of Palo Alto. An "A" response to any requirement phrased "...an ability to..." signifies that the proposed application provides the actual capability to meet the requirement as a core feature, and without extensive user intervention. Indirect or implied solutions to meet requirement should not be coded "A". that are currently under development in Beta[ test, or not yet released (provide target release date). Requirement will be met with minor modification to existing software or services. All work shall be performed by the vendor and pricing has been included in the Pricing Forms. Such work will be noted in the project plan and schedule. Requirement could be met by the used proposed software tools, such as a report wdter, query language or spreadsheet. When responding with a D, vendors must descdbe how the functionality could be achieved and whether the set-up work will be done by the vendor or City, Major I to existing software or by new custom software Customization !programming. Note: All work shall be performed Ii by the vendor and any additional costs must be -------__-. ],noted. I Requirement can be provided through a third F, vendors must describe how the functionality could be achieved and whether the set-up work will be done by the vendor or City. N li Requirement cannot be provided. Not Available 7.2 Additional Instructions: An omitted response will be scored as an "N" response. Omitted responses may be cause for classifying an RFP "non-responsive," resulting in elimination of the vendor response from further consideration. Any deviation from the response codes will be interpreted at the discretion of the City. Costs associated with responses should be included in the vendor’s Pricing Schedule/Proposal Schedule - Exhibit and vendors must highlight, or mark with an asterisk, such as "C*," any functional response which involves supplemental costs. Those items without such highlight or asterisk shall be deemed included in the base cost quoted. Include costs for all required third- party software or services for the solution. Pricing is to be shown only in the cost proposal. 4.Whenever a description or narrative is required, vendors should specifically cite the location of such information within the vendor’s proposal or materials provided. 5.Whenever the word "or" is used, it means the software is capable of both alternatives. If clarifications are needed, cross-reference to an attachment is allowed, but he use of clarifications should be minimal and by exception. Provide information requested in an attachment clearly indicating the page number and item number to which it is responding. EVALUATION FACTORS A contract will be awarded to the responsible, responsive vendor whose offers conforms to the solicitation and which will be, in the opinion of the City, the most advantageous to and in the best interest of the city, based on the factors below. The proposal shall provide clear and sufficient detail to enable the Selection Committee to evaluate the responsiveness and quality of each proposal to each of the RFP requirements listed in the RFP. The system will be evaluated upon its capability of sending reliable and timely notifications to the public in the event of an emergency or disaster or other required event. The following technical factors will be considered in descending order of importance in the evaluation process. FUNCTIONALITY The proposal will be evaluated as to its completeness and clarity in demonstrating a vendor’s functionality for the purposes of community alerting and emergency notification. The vendor shall provide a proven, reliable system and approach that meets the requirements outlined in this document. REDUNDANCY The proposal will be evaluated on the overall redundancy of the vendor’s system architecture. The system shall be capable of maintaining functionality in the event that one or more servers (systems) fail. EXPERIENCE The proposal will be evaluated upon the vendor’s current and relevant experience with other governmental agencies. Included in the evaluation will be the amount of numbers within the call lists of these agencies as well as the number of actual calls made through the system. PRICE PROPOSAL Price will be evaluated for best overall value to the City. Although price is of lesser importance as an evaluation factor, it will not be ignored. The degree of importance will increase with the degree of quality of the proposal and other technical evaluation factors. Include adequate justifications and documentation to assure fair and reasonable pricing for the proposed RFP workload. INTERVIEW AND/OR DEMONSTRATIONS After the proposals in the competitive range have been identified, the Selection Evaluation Committee reserves the right to interview or require demonstration of any or all of the firms in the competitive range. 8. Oral Interviews Proposers may be required to participate in an oral interview. The oral interview will be a panel comprised of members of the selection committee. Proposers may only ask questions that are intended to clarify the questions that they are being asked to respond. 10 Each Proposer’s time slot for oral interviews will be determined randomly. Proposers who are selected shall make every effort to attend. If representatives of the City experience difficulty on the part of any Proposer in scheduling a time for the oral interview, it may result in disqualification from further consideration. 8.~[ DEMONSTRATION As part of the bidding process, identified vendors will be required to provide, at no cost, an onsite demonstration of the systems ability to meet all the requirements of the Statement of Work. Demonstrations shall be on a live system. Power Point or canned demonstrations are not allowed. Demonstrations using internet connection are allowable as long as the full functionality can be demonstrated. The vendor representatives attending the demonstration shall be qualified to respond to questions related to the proposed system and its components. 8. Public Nature of Proposal Material Responses to this RFP become the exclusive property of the City of Palo Alto. At such time as the Administrative Services Department recommends to firm to the City Manager or to the City Council, as applicable, all proposals received in response to this RFP becomes a matter of public record and shall be regarded as public records, with the exception of those elements in each proposal which are defined by the Proposer as business or trade secrets and plainly marked as "Confidential," "Trade Secret," or "Proprietary". The City shall not in any way be liable or responsible for the disclosure of any such proposal or portions thereof, if they are not plainly marked as "Confidential," "Trade Secret," or "Proprietary" or if disclosure is required under the Public Records Act. Any proposal which contains language purporting to render all or significant portions of the proposal "Confidential," "Trade Secret," or "Proprietary" shall be regarded as non-responsive. Although the California Public Records Act recognizes that certain confidential trade secret information may be protected from disclosure, the City of Palo Alto may not accept or approve that the information that a Proposer submits is a trade secret. If a request is made for information marked "Confidential," "Trade Secret," or "Proprietary," the City shall provide the Proposer who submi~ed the information with reasonable notice to allow the Proposer to seek protection from disclosure by a court of competent jurisdiction. 9. Collusion By submitting a proposal, each Proposer represents and warrants that its proposal is genuine and not a sham or collusive or made in the interest of or on behalf of any person not named therein; that the Proposer has not directly induced or solicited any other person to submit a sham proposal or any ether person to refrain from submitting a proposal; and that the Proposer has not in any manner sought collusion to secure any improper advantage over any other person submitting a proposal. 10. Disqualification Factors such as, but not limited to, any of the following may be considered just cause to disqualify a proposal without further consideration: 12.1 12.2 12.3 12.4 12.5 12.6 Evidence of collusion, directly or indirectly, among Proposers in regard to the amount, terms or conditions of this proposal; Any attempt to improperly influence any member of the evaluation team; Existence of any lawsuit, unresolved contractual claim or dispute between Proposer and the City; Evidence of incorrect information submitted as part of the proposal; Evidence of Proposer’s inability to successfully complete the responsibilities and obligation of the proposal; and Proposer’s default under any previous agreement with the City, which results in termination of the Agreement. 11. Non-Conforminq Proposal A proposal shall be prepared and submitted in accordance with the provisions of these RFP instructions and specifications. Any alteration, omission, addition, variance, or limitation of, from or to a proposal may be sufficient grounds for non- acceptance of the proposal, at the sole discretion of the City. 12. Gratuities No person shall offer, give or agree to give any City employee any gratuity, discount or offer of employment in connection with the award of contract by the city. No city employee shall solicit, demand, accept or agree to accept from any other person a gratuity, discount or offer of employment in connection with a city contract. 13. Firms or persons not eliqible to submit a proposal In order to avoid any conflict of interest or perception of a conflict or interest, Proposer(s) selected to provide professional services under this RFP will be subject to the following requirements: 14.1 14.2 The Proposer(s) who works on the procurement will be precluded from submitting proposals or bids as a prime contractor or subcontractor the ultimate procurement. The Proposer(s) may not have interest in any potential Proposer for the ultimate procurement. PROPOSER (please print): Name: Address: Proposer’s Information Form Attachment A Telephone:Fax: Contact person, title, telephone and fax number: Taxpayer Identification No. (or Social Secudty Number if Sole Proprietorship) Proposer, if selected, intends to carry on the business as (check one) []Individual []Joint Venture []Partnership []Corporation When incorporated? In what state? When authorized to do business in California?: []Other (explain):... ADDENDA To assure that all Proposers have received each addendum, check the appropriate box(es) below. Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity in the Proposal: Addendum number(s) received: [--I1; []2; []3; []4; []5; [] 6; Or,[]No Addendum/Addenda Were Received (check and initial). PROPOSER’S SIGNATURE No proposal shall be accepted which has not been signed in ink in the appropriate space below: By signing below, the submission of a proposal shall be deemed a representation and certification by the Proposer that they have investigated all aspects of the RFP, that they are aware of the applicable facts pertaining to the RFP process, its procedures and requirements, and they have read and understand the RFP. No request for modification of the proposal shall be considered after its submission on the grounds that the Proposer was not fully informed as to any fact or condition. Date: If Proposer is INDIVIDUAL, sign here Proposer’s Signature Proposer’s typed name and title If Proposer is PARTNERSHIP or JOINT VENTURE, at least (2) Partners or each of the Joint Venturers shall sign here: Partnership or Joint Venture Name (type or print) Date: Member of the Partnership or Joint Venture signature Date: Member of the Partnership or Joint Venture signature 3.If Proposer is a CORPORATION, the duly authorized officer(s) shall sign as follows: The undersigned certify that they are respectively: and Title Title Of the corporation named below; that they are designated to sign the Proposal Cost Form by resolution (attach a certified copy, with corporate seal, if applicable, notarized as to its authenticity or Secretary’s certificate of authorization) for and on behalf of the below named CORPORATION, and that they are authorized to execute same for and on behalf of said CORPORATION. Corporation Name (type or print) By:Date: Title: By:Date: Title: 2 Attachment Certification of Nondiscrimination As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certify that they do not discriminate in employment of any person because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person; that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment. 1.If Proposer is INDIVIDUAL, sign here: Date: Proposer’s Signature Proposer’s typed name and title If Proposer is PARTNERSHIP or JOINT VENTURE, at least (2) Partners or each of the Joint Venturers shall sign here: Partnership or Joint Venture Name (type or print) Date: Date: Member of the Partnership or Joint Venture signature The undersigned certify that they are respectively: and Title Member of the Partnership or Joint Venture signature If Proposer is a CORPORATION, the duly authorized officer(s) shall sign as follows: Title Of the corporation named below; that they are designated to sign the Proposal Cost Form by resolution (attach a certified copy, with corporate seal, if applicable, notarized as to its authenticity or Secretary’s certificate of authorization) for and on behalf of the below named CORPORATION, and that they are authorized to execute same for and on behalf of said CORPORATION. Corporation Name (type or print) By:. Title: By:. Title: Date: Date: City of Palo Alto - RFP ATTACHMENT C ScoPE oF WORK COMMUNITY ALERT~G AND EMERGENCY NOTIFICATION SYSTEM PROJECT OVERVIEW The Palo Alto Police Department on behalf of the City of Palo Alto is seeking written proposals to provide a robust and interactive high-speed community alerting and emergency notification system. The system shall have the ability to perform automatic and simultaneous notifications to members of the public, City staff, as well as emergency first responders on a 24/7 basis. In an effort provide the most robust alerting and notification system, the City is seeking proposals for software and!or services to host an Emergency Notification and Alerting System. This system shall have the ability to make thousands of instantaneous and simultaneous notifications based on non-geographic, as well as using an interactive geographic information system (GIS) interface. Proposals shall include an optional on- site notification system that is fully networkable through client/server architecture and run on a Windows 2000 platform. The City may or may not elect to include the on-site system resulting from this Request for Proposal (RFP). The City requires a proven solution that has been used by a government agency for a minimum of two years in an area with a call list of at least 100,000. In addition, the City requires that the system be configured and activated by non-technical users. The proposed application must be scalable, offering flmctionality and security for existing and future local and coordinated regional use, and shall be capable of being used by other agencies in the Bay Area so that the City can enter into mutual aid agreements to provide notifications during a major event. In addition, the Cities of Menlo Park and East Palo Alto have expressed a desire to purchase through this bid process and, as such, vendor proposals should address pricing options that allow a single jurisdiction or multiple jurisdictions to purchase through this process. BACKGROUND/GENERAL INFORMATION Located 35 miles south of San Francisco and 14 miles north of San Jose, Palo Alto is a commurfity of approximately 61,200 residents. Part of the San Francisco Metropolitan Bay Area and the Silicon Valtey, Palo Alto is located within Santa Clara County and borders San Mateo County. The City has a daytime population of 120,000. Palo Alto is home to many high-tech businesses and world-renowned educational facilities and medical facilities, including Stanford University and Stanford Medical Center. Section 3 - Community Alerting and Emergency Notification System Page ! of 10 Last printed 2/20/2007 9:16:00 AM The City of Palo boundaries extend from San Francisco Bay on the east to the Skyline Ridge of the coastal mountains on the west, with Menlo Park and East Palo Alto to the north and Mountain View to the south. The City encompasses an area of approximately 26 square miles, of which one-third is open space. The City of Menlo Park is a quiet yet vibrant city of pleasant, tree-lined neighborhoods and friendly people. Situated on the Peninsula, Menlo Park has a population of 30,648 residents. The City of East Palo Alto has an ethnically diverse population of approximately 30,000 within a 2.5 square mile area. The city borders wetlands and the San Francisco Bay, and is located at the gateway to technology-based Silicon Valley. ;NEIGHBORHOODS The City of Palo Alto has approximately 30 active neighborhood areas with a Palo Alto Neighborhood (PAN) Association serving as an independent umbrella group for Palo Alto neighborhoods, whose purpose is to enhance commtmications and mutual support, thus enabling residents to act in unison with a common voice, or individually, on local concerns. Representatives from PAN have been active in soliciting input on community needs and will be assisting in the evaluation and selection of proposed vendors. GEOGRAPHIC INFORMATION SYSTEM (GIS) SYSTEM Over the past decade, Palo Alto has developed a Geographic Information System built on a content-rich and spatially accurate basemap. The GIS utilizes Encompass software created and maintained by Geodesy, and uses Microsoft’s SQL Server as the primary data store. Included in the GIS data, is an accurate and up-to-date land parcel base with associated addresses and numerous attributes acquired from the Santa Clara county assessor as well as internal sources. Numerous existing applications, such as Public Safety’s Computer-Aided Dispatch system and the Palo Alto Fire Department’s Run maps depend on the accuracy of this address base. The system’s architecture is very well suited to interface with other applications, such as this community alerting system, through both its graphic interface and its ability to exchange data with nearly any data SOllrce. Section 3 - Community Alerting and Emergency Notification System Page 2 of 10 Last printed 2/2012007 9:16:00 AM BID SPECIFICATIONS AND REQUIREMENTS 1.GENERAL REQUIREMENTS For purposes of the section, "system" shall refers to a sofkarare application, a hosted service or some combination thereof for a community alerting and emergency notification system. 1.1.The system must be specifically designed as a Community Alerting and Emergency Notification System. [~_] 1.2.The system shall be proven technology, deployed, accepted, and performing as required by a government agency for two years with a call list of at least 100,000. 1.3.The system must be supported, operational and accessible twenty four hours a day, seven days a week, three-hundred and sixty five days per year. [__] 1.4.The system shall be capable of directly launching a notification event within the following time periods from receipt of request for activation: [__] 1.4.1. 1.4.2. 1.4.3. 1.4.4. One Minute Two to Five Minutes Five to Ten Minutes Ten Minutes or Greater (Specify time) 1.5.The system shall function for special needs community members (ex. disabled, elderly, hearing impaired users (TDD/TTY)). [___] 1.6.The system shall be accessible to mukiple users who can provide an authorized and authenticated login identifier and password to initiate a request. Internet access must be provided through HTTPS secure communication. 1.7.The system shall utilize a graphical user interface (GUI) while providing a geographic map view of the City; and be capable of using the City’s existing GIS data. This map shall have the ability to scroll and zoom in and out. [___] 1.8.The system shall be capable of notifying both the communication and City employees during emergency situations. The person can be contacted via a land- line phone, cell-phone (voice and text message), fax machine, Smartphone or Blackberry type device, computer (e-mail) and/or Persona! Digital Assistant (PDA). 1.9. The system shall have the ability to create member lists of various groups (ex. neighborhood association members, disabled, elderly, first responders) for Section 3 - Community Alerting and Emergency Notification System Page 3 of 10 Last printed 2/20/2007 9:16:00 AM expedited notification delivery. The system shall allow each group member to confirm the receipt of the message. 1.10. The system shall have the ability to a user to change/update the message during activation. ~ 1.11. The system shall allow for pre-scheduled notifications that are re-occurring, such as SWAT notifications for training on a specific day of month, time of day, or when scheduled. [__] 2.REGISTRY OF NOTIFICATION NUMBERS OR MEANS OF NOTIFICATION 2.1.The system shall offer residents the ability to self-register cell-phones and other telephone numbers or email addresses into the database via a web-based application that is user friendly. [~] 2.2.The system shall be capable of sequencing the communication devices to be contacted (i.e., first call work phone, then call home phone, then call cellular phone, etc.). [__J 2.3.The system is able to set the sequence of ca!ling devices to be used, depending on the notification scenario, and be automatically activated if no response is received (i.e., if no response from telephone, then activate pager, etc.). 2.4.The system, shall allow for orders of groups to be notified and number of personnel within groups to be notified. [__] 2.5.The system shall have the ability to recognize duplicate numbers and remove them from a notification selection. [~] 3.ACTIVATION AREAS 3.1. The system shall have the ability to create and save activation areas. 3.2. The system shall have the ability to save activation scenarios. [_~ 3.3.The system shall have the ability to exclude selected areas and their associated telephone numbers from within an activation area. 3.4.The system shall have the ability to import pre-existing shape file polygons (e.g. nei~hborhood boundaries) from other applications to quickly select the activation 3.5.The system shall have the ability to define activation areas by drawing a free- form polygon from selecting points on the GIS map. [__] Section 3 - Community Alerting and Emergency Notification System Page 4 of t 0 Last printed 212012007 9:16:00 AM 3.6.The system shall have the ability to designate specific addresses while determining a radius around these target areas. 3.7.The system shall have the ability to define activation areas by connecting multiple polygons. [__] 4.NOTIFICATION/CALLS 4.1.The system shall be capable of delivering a minimum of 70,000 thirty (30) second voice messages an hour. [___] 4.2.The system shall have a long distance carrier with the capacity to carry a telephone traffic load of 70,000 thirty (30) second voice messages an hour into the City of Palo Alto. 4.3.The system shall have the ability to perform as many redial attempts needed as determined by the user(s). ~ 4.4.The system shall have the ability to send the same message to different activation areas at the same time. [_____] 4.5.The system shall have the ability to send two or more separate messages to different activation areas at the same time. [~] 4.6.The resident or first responder shall have the ability to respond to the message by pressing keys on their telephone. [~] The minimum responses are: 4.6.1. 4.6.2. 4.6.3. 4.6.4. I Confirm Receipt of Message Please Repeat Message I Need Assistance I Am Able/Unable to Respond-Report to Work (First Responder only) 4.7.If resident indicates that assistance is needed, the system must immediately make a notification to an identified person(s). This notification must indicate the phone number and associated address. 4.8.The system shall have the ability to recognize human voice vs. an answering machine. [__] 4.9.The system shall wait until the outgoing message from an answering machine or voicemai! has ended prior to leaving the emergency notification message. [__] 4. I0. The system shall override call blocking technology. Section 3 - Community Alerting and Emergency Notification System Page 5 of ! 0 Last printed 212012007 9:16:00 AM 5.SEARCH CRITERIA o 5.1. The system shall have the ability to save the search results as an activation area. 5.2.The system shall utilize a "Search Box" where all search criteria including sort order can be selected by a user. 5.3. The system shall use soundex as its searching method. [_.___] 5.4. The system shall be able to search by the foIlowing criteria [~_] 5.4.1. 5.4.2. 5.4.3. 5.4.4. 5.4.5. 5.4.6. 5.4.7. 5.4.8. Specific Address Street names (the entire street must be displayed) Street block range (hundred block ranges) Cross Streets Neighborhood Association areas Schools Thomas Brothers map coordinates Various GIS coordinates, including Latitude and Longitude 5.5. The system search criteria shall not be case sensitive. [~] 5.6.There shall be an indicator when a search is in progress and when a search is completed. [~] 5.7.The system shall display ’~No Match" if there are no records matching the search criteria. [~ 5.8.If more than one record matches the search criteria, the system shall give options for determining the correct record. [~] 5.9.The search results shall be returned in some sort order (e.g. street name, street address, etc.). The sort order shall be selected by the user in the Search Box. 5.10. When a search is completed the results shall be highlighted on the map. For example, if a street is queried the entire street shall be highlighted. This highlighting shall remain even if the user scrolls or zooms in and out. [__ REPORTS 6.1. The system shall be able to produce ad-hoc reports. [____] 6.2. All report data shall be exportable to the current version of Microsoft Excel. Section 3 - Community Alerting and Emergency Notification System Page 6 of 10 Last printed 2/20/2007 9:16:00 AM 6.3. All reports shall be updated in real-time. [___] 6.4.A report containing the following information shall be included as a standard report. [~] 6.4.1. 6.4.2. 6.4.3. 6.4.4. 6.4.5. 6.4.6. codes: 6.4.6.1. 6.4.6.2. 6.4.6.3. 6.4.6.4. 6.4.6.5. 6.4.6.6. Activation name Date and time of activation notification All addresses and their associated telephone numbers If the number is published or non-published Name and login identifier who initiated the activation Status of each records within an activation scenario using the following Busy No Answer Notification confirmed by the resident Assistance Needed Length of Call Number of times message was repeated 6.5. Number ofredial attempts [___] 6.6.The system should support printing using standard Local Area Network (LAN)- connected printers. [_____] 7.ADMINISTRATION 7.1.The system shall provide both administrator and authorized user access with password protection at both the application and data levels. [~] 7.2.The system shall have the ability to define multiple user groups with different levels of access. 7.3. The system shall have the ability for audit and login tracking. [_~_] 8. TRAINING 8.1. All training will be provided onsite at the City. [__] 8.2. Training shall have administrator and end user courses. Soft and hard copies of training materials must be provided to City personnel for future "Train the Trainer" sessions. Vendor may propose an alternative training configuration and approach, so long as this requirement is achieved. The City anticipates training three Administrators and seven end users. [____] 8.3.In the summary, describe training courses, and associated hours. [~_] 8.4.Training and materials shall be provided any time there are significant changes/upgrades to the system (as outlined in Section 15). Section 3 - Community Alerting and Emergency Notification System Page 7 of 10 Last printed 2/20/2007 9:16:00 AM 9.DELIVERY AND INSTALLATION SCHEDULE 9.1.The system shall be established and ready for testing within thirty (30) days after the purchase order has been issued. Note: Please submit an implementation plan and proposed schedule. [__] 9.2. The vendor shal! be responsible for installation and configuration of all software. 10. DOCUMENTATION 10.1. A full set of user documentation (hard and soft copy) shall be available detailing the functionality of the system. User documentation should be in a narrative form and should be understandable to non-technical users. [__] 10.2. Are the data dictionaries and schema information provided for all databases? Y/N 10.3. If yes, describe how and in what form the information is made available to users (ex. CD, the web, hardcopy, etc.). [ ] 10.4. A fi~l set of technical documentation describing your system design, operations, troubleshooting, and performance tuning shall be provided to the City’s system administrator. [~] 10.5. Does the system maintain on-line user-defined documentation 10.5.1. Can it be edited by theuser Y/N __ 10.5.2. i0.5.3. !0.5.4. 10.5.5 10.5.6. 10.5.7. 10.5.8. Provide spell/grammar check YFN~ Searchable by key words Y/N __ Down!oad information from existing files Y/N . Glossary of terms Standard operating procedures Y/N __ Policies Y/N Statutes and codes Y/N 11. ADMINISTRATION 1 1.1. Are the data dictionaries and schema information provided for all databases? Y/N i 1.1. I. If yes, describe how and in what form the information is made available to users (ex. CD, the web, hardcopy, etc.). Section 3 - Community Alerting and Emergency Notification System Page 8 of 10 Last printed 2120/2007 9:I6:00 AM 11.2. A full set of technical documentation describing your system design, operations, troubleshooting, and performance tuning shall be provided to the City’s system administrator. [~] 11.3. Does 11.3.1. 11.3.2. 11.3.3. 11.3.4. I 1.3.5. 11.3.6. 11.3.7. 11.3.8. the system maintain on-line user-defined documentation Can it be edited by the user Y/N __ Provide spell/grammar check Y/N __ Searchable by key words Y/N __ Down!oad information from existing filesY/N __ Glossary of terms Y/N__ Standard operating procedures .YiN ____ Policies Y/N Statutes and codes Y!N 12. WARRANTY ~,~ MAINTENANCE To the extent the system is not fully hosted, the selected vendor will provide a comprehensive support package that meets or exceeds the minimum support requirements defined below. The vendor must carefully review and note any exceptions. [___] 12.1. The selected vendor shall provide a warranty against all defects. This warranty will begin upon final acceptance of the system by the City. The cost of this warranty shall be included with the software price. Please provide a copy of your standard warranty to this proposal. [____] 12.2. At the conclusion of the warranty period the selected vendor will provide maintenance services for five years. This maintenance agreement will be priced on a separate form. 12.3. The following provisions shall apply to both the warranty and maintenance periods [~]: !2.3.1. Vendor shall supply software updates (error correction patches) 12.3.2. Vendor shall supply software upgrades 12.3.3. The vendor will be responsible for software support including but not limited to installation, maintenance and troubleshooting 24/7. 12.3.4. A vendor technical representative shall respond within ten minutes 24/7 to any phone call for assistance. 12.3.5. The vendor is responsible for travel, per-diem and lodging expenses associated with personnel performing maintenance and warranty work. 12.3.6. The City shall oversee and approve a!l application software updates. InstaIiation dates and times shall be mutually agreed upon by the City and vendor. Section 3 - Community Alerting and Emergency Notification System Page 9 of 10 Last printed 2/20/2007 9:16:00 AM 12.3.7. For each update, the vendor shall provide release notes, detailing what changes have been made to the application. 12.3.8. The vendor shall describe the procedures for backing out software updates/upgrades and reverting to the prior version of the sotS,care if problems occur with the update/upgrade. 12.3.9. The vendor shall describe routine database maintenance procedures 12.3.10. The vendor shall provide the City with scripts for maintenance tasks and monitoring of criti!al components. 12.3.11. The vendor shall provide the Application Administrator with a rolling 12 month schedule of planned downtime for maintenance. Each schedule shall be provided thirty (30) days in advance. This schedule shall stipulate a deadline for inserting new tasks into the next period. 12.3.12.The vendor shall work with the City Administrator to work out the exact, mutually acceptable dates for maintenance. 12.3.13.The vendor’s routine maintenance on the system shall not require shutting down the system unless previously discussed, scheduled and agreed. 13. DELIVERY AND INSTALLATION SCHEDULE 13.1. The system shall be established and ready for testing within thirty (30) days after the purchase order has been issued or contract executed. Note: Please submit an implementation plan and proposed schedule. [~_] 13.2. The vendor shall be responsible for installation and configuration of all software. [__] Section 3 - Community Alerting and Emergency Notification System Page 10 of I0 Last printed 2/20/2007 9:16:00 AM Attachment D USE FOR PROFESSIONA!3 SERVICES (ARCHITECTS, ENGINEERING DESIGN) CITY OF PALO ALTO CONTRACT NO. AGREEMENT BETWEEN THE CITY OF PALO ALTO AIqD FOR PROFESSIONAL SERVICES (PROJECT NAME) This AGREEMENT is entered into , by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and a located at ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to (DESCRIBE ~qAT THE CITY PLAIqS TO DO - E.Go CONSTRUCT A NEW LIBRARY) ("Project") and desires to engage a consultant to (DESCRIBE SERVICES - I.E. FEASIBILITY STUDY, ARCHITECTURAL DESIGN, ENGINEERING SERVICES) in connection with the Project ("Services"). B. CONSULTANT has represented that it and any subconsultants have the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit "A", attached to and made a part of this Agreement. D. CONSULTANT has agreed to perform the Services on the terms and conditions contained in this Agreement. covenants, agree: NOW, THEREFORE, in consideration of the recitals, terms, and conditions, this Agreement, the parties AGREEMENT SECTION I. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit ~A" in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through [INSERT DATE OR IF NO DATE ADD "completion of the services") unless terminated earlier pursuant to Section 21 of this Agreement. 050310 Attachment D USE FOR PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERING DESIGN) SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit ~B", attached to and made a part of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION° The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit ~A", including both payment for professional services and reimbursable expenses, shall not exceed Dollars ($ ). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed Dollars ($). The applicable rates and schedule of payment are set out in Exhibit ~C", entitled ~COMPENSATION," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit ~C". CONSULTANT shall not receive any compensation for Additiona! Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit ~A". SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTAb~T’s billing rates (set forth in Exhibit "C"). If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s payment requests shall be subject to verification by CITY. SECTION 6. QUALIFiCATIONS/STANDARD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsultants have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. 050310 Attachment D USE FOR PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERING DESIGN) All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay al! charges and fees, and give all notices required by law in the performance of the Services CONSULTANT shall report i~ediately to the CITY’s project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and/or guidelines in relation to the Project of the performance of the Services. All documentation prepared by CONSULTANT shall provide for a completed project that conforms to all applicable codes, rules, regulations and guidelines that are in force at the time such documentation is prepared. SECTION 8. ERRORS/OMISSIONSo CONSULTA~T shall correct, at no cost to CITY, any and all errors, omissions, or ambiguities in the work product submitted to CITY, provided CITY gives notice to CONSULTANT° If CONSULTANT has prepared plans and specifications or other design documents to construct the Project, CONSULTANT shall be obligated to correct any and all errors, omissions or ambiguities discovered prior to and during the course of construction of the Project.This obligation shall survive termination of the Agreement. SECTION 9° COST ESTIMATES. CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds ten percent (10%) of the CITY’s stated construction budget, CONSULTANT shall make recommendations to the CITY for aligning the PROJECT design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. SECTION 10o INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of the CITY. The manner and means of conducting the Services are the responsibility of and under the control of CONSULTANT, except to the extent they are limited by applicable law and the express terms of this Agreement. 050310 Attachment D USE FOR PROFESSIONAL SERVICES (ARCHITECTS, ENGIITEERING DESIGN) CONSULTANT will be responsible for employing or engaging all persons necessary to perform the Services. All contractors and employees of CONSULTANT are deemed to be under CONSULTANT’S exclusive direction and control. CONSULTANT shall be responsible for their performance. SECTION iio ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION 12.SUBCONTRACTING° [OPTION A:NO SUBCONSULTANTS] CONSULTANT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. [OPTION B:SUBCONSULTANTS AUTHORIZED] Notwithstanding Section II above, CITY agrees that subconsultants may be used to complete the Services. The subconsultants authorized by CITY to perform work on this Project are: 0 (USE WITH BOTH OPTIONS A AND B) CONSULTANT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning such compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a subconsultant. CONSULTANT shal! change or add subconsultants only with the prior approval of the city manager or his designee. SECTION 13. PROJECT MANAGEME}~. CONSULTANT will assign as the project director to have supervisory responsibility for the performance, progress, and execution of the Services and as the project coordinator to represent CONSULTANT during the day-to-day work on the Project. If circumstances or conditions subsequent to the execution of this Agreement cause the substitution of the project director, project coordinator, or any other key personnel for any reason, the appointment of a substitute project director and the assignment of 4 050310 Attachment D USE FOR PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERING DESIGN) any key new or replacement personnel will be subject to the prior written approval of the CITY’s project manager. CONSULTANT, at CITY’s request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. The City manager will represent CITY for all purposes under this Agreement. is designated as the project manager for the CITY and will be assisted by , the Project Engineer. The project manager will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. The CITY may designate an alternate project manager from time to time. SECTION 14. DUTIES OF CITY. To assist CONSULTANT in the performance of the Services, CITY will furnish or cause to be furnished the specified sel=vices and/or documents described in Exhibit ~A" and such other available information as may be reasonably requested by CONSULTANT. SECTION 15. OWNERSHIP OF MATERIALS. 15.1. All drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests (including all copyrightable interests arising under the 1990 Architectural Works Copyright Protection Act) developed or discovered by CONSULTANT or any other person engaged directly or indirectly by CONSULTANT to perform the services required hereunder shall be and remain the property of CITY without restriction or limitation upon their use. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available to any individual or organization without the prior written approva! of the city manager or designee. 15.2. In addition to the provisions of Subsection 15.1., above, the following shall apply to all plans, drawings, specifications, and related reports and documents, and electronic equivalents (collectively "Plans") developed pursuant to this Agreement: 15.1.1. CITY shall have the right to reproduce and use the Plans forpurposes of the Project that is the subject of this Agreement, including, but not limited to, any use associated with construction, reconstruction, modification, management, maintenance, and renovation of the Project. 15.2.2. CITY shall have the right to reproduce, use and modify the PLANS, or portions thereof, in the design and construction of any other future CITY project. CITY acknowledges that CONSULTANT does not warrant the suitability of the PLANS for 050310 5 Attachment D USE FOR PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERING DESIGN) reuse other than as needed for the Project that is the subject of this AGREEMENT. 15.2.3. The right of the CITY to modify and reuse the PLANS pursuant to this Subsection 15.2. is subject to the provisions of California Business and Professions Code Sections 5536.25, 6735, 6735.3 or 6735.4, whichever is applicable. SECTION 16. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 17. INDEMNITY. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an ~Indemnified Party") from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements (~Claims") that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. Notwithstanding the above, nothing in this Section 17 shall be construed to require CONSULTANT to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. The acceptance of CONSULTANT’s services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 17 shall survive the expiration or early termination of this Agreement. SECTION 18o WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, or of the provisions of any ordinance or law, wil! not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 19. INSUB-ANCE. 19 .I. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of 050310 6 Attachment D USE FOR PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERING DESIGN) this Agreement, the insurance coverage described in Exhibit "D" CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy or policies. 19.2.All insurance coverage required hereunder shall be provided through carriers with Best’s Key Rating Guide ratings of A-:V!I or higher which are admitted to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 19.3.Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY’s Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days’ prior written notice of the cancellation or modification, CONSULTANT shal! be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Purchasing Manager during the entire term of this Agreement. 19.4.The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 20° WORKERS’ COMPENSATION. CONSULTANT, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing and during the performance of the Services. SECTION 21. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 21.1.The city manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (I0) days’ prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the 050310 Attachment D USE FOR PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERING DESIGN) Services. 21.2.CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving ten (i0) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY. 21.3.Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 21.4.Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., i0 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise of his/her discretion 21.5. No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 22. NOTICES° All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager. To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 23. CONFLICT OF INTEREST. 23.1.In accepting this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 8 050310 Attachment D USE FOR PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERING DESIGN) 23.2.CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. 23.3. If the Project Manager determines that CONSULTANT is a ~Consultant" as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. SECTION 24. NO}~ISCRIMINATIONo As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT agrees that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULT;uNT acknowledges that it has read and understands the provisions of Chapter 2.28 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Chapter 2.28 pertaining to nondiscrimination in employment, including completing the form furnished by CITY and set forth in Exhibit "E". SECTION 25. MISCELLANEOUS PROVISIONS. 25.1. This Agreement will be governed by the laws of the State of California. 25.2.In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the~Northern District of California in the County of Santa Clara, State of California. 25.3.The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys’ fees expended in connection with that action° 25.4.This document represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 25.5. of this Agreement The covenants, terms, conditions and provisions will apply to, and will bind, the heirs, 050310 9 Attachment D USE FOR PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERING DESIGN) successors, executors, administrators, assignees, and CONSULTANTs, as the case may be, of the parties. 25.6.If a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 25.7.All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 25.8.This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fisca! year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This Section 25.8 shal! take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. i0 050310 Attachment D USE FOR PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERING DESIGN) IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. APPROVED AS TO FORM:CITY OF PALO ALTO Senior Asst. City Attorney APPROVED: Director of Administrative Services Assistant City Manager [ CONSULTANT ] By : Name : Title : (If corporation: President or vice-President) By : Name : Title : (If corporation: Secretary or Treasurer) Taxpayer Identification No. (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) II 050310 ATTACHMENT E INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WiTH A BEST’S KEY RATING OF A-;VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRED YES YES YES YES TYPE OF COVERAGE WORKER’S ~OMPENSATION AUTOMOBILE LIABILITY COMPREHENSIVE GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABIUTY COMPREHENSIVE AUTOMOBILE LIABILITY, INCLUDING, OWNED, HIRED, NON-OWNED PROFES’SIONAL LIABILITY,’ INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPUCABLE), AND NEGLIGENT PERFORMANCE REQUIREMENT STATUTORY STATUTORY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. BODILY IN3URY EACH PERSON EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURYAND PROPERTY DAMAGE, COMBINED ALL DAMAGES MINIMUM LIMITS EACH OCCURRENCE $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 AGGREGATE $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: PROPOSER, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY PROPOSER AND ITS SUBCONSULTANS, 1F ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, N~JS/tlNG AS ADDITIONAL INSURES CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES, INSURANCE COVERAGE MUST INCLUDE: Ao A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY - SEE SECTION TBD, SAMPLE AGREEMENT FOR SERVICES. SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION AND IV THROUGH V, BELOW. A.NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER): B.NAME, ADDRESS, AND PHONE NUMBER OF YOUR INSURANCE AGENTIBROKER: C.POLICY NUMBER(S): City of Palo Alto.-Page 1 of 2 ATTACHMENT E INSURANCE REQUIREMENTS D.DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL): Vo AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND PROPOSER’S SUBMITTAL OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS SPECIFIED HEREIN. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES" A.PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTINGWITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES. B.CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSURES UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C.NOTICE OF CANCELLATION 1.IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMEFTI" OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2.IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS: THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. SIGNATURE(S) MUST BE SAME SIGNATURE(S) AS APPEAR(S) ON SECTION II, ATTACHMENT A, PROPOSER’S INFORMATION FORM. Firm: Signature: Name: (Pdnt or type name) Signature: Name: (Pdnt or type name) NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303. City of Palo Alto- -Page 2 of 2 ATTACHMENT C System Features ...... , Access to the Community Notification Application Via any web browser Via any phone using automated interactive voice response Via any phone using live telephone operator Message Initiation and Broadcast Options Initiate via the web Initiate via a live operator Initiate message in multiple languages Create text messages Convert text to speech Record voice messages using Voice over Intemet Protocol (VgIP) ~r microphone Record voices messages over the phone Record standard pre and post message for use in all messages Create messages on demand Schedule date and time for one-time or recurring messages Send email attachments with broadcasts Priority service levels (priority in queue for emergencY messages Rebroadcas~ to unconfirmed recipients Escalate broad if primary recipient does not respond Store unlimited prerecorded messages in online library .....Notification Delivery Voice (landline or wireless) Email NTI Yes Yes Yes Yes Yes Yes Yes Yes 3N Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes No, But Willing Yes Facsimile Yes Pager Yes Text/SMS Yes Yes PDA Yes Yes Blackberry Yes Yes Satellite phone Yes Yes Other Imeraetion/PMling ....... Accommodates multiple-choice, response-based questions and surveys Polls data such as well-being, location, availability Reporting, Web-based~ rea,!-time tracking of message delivery Retrievable or remote reporting Real-time consolidation of recipient responses Time and date stamp for all message delivery attempts, including all retries Historical tracking of data via a web-based user ! interface Broadcast archive and audit trail Specialized Features and Functionality Ability to i,otegrate with GIS maps Will not send duplicate information to a member if in more than on~ group Bulletin board service - message recipients could call data center to listen to or post messages Product updates/enhancements Ability,t° API interface with existing systems Ability to override established contact paths in an emergency Yes Yes Qualified Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes GIS Yes No Yes No Subscriber Access Citizens can access and control their own contact information Yes Yes Prioritize contact paths based on emergency / non- emergency notification Yes Yes Organization / Administrative Control of Data Upload data in multiple forms (ASCII, Excel, Access) Subscribers can be added or removed one at a time if needed Unlimited numbers of groups and subgoups Unlimited contact cycles Bafkbone/Scalability Operates on Windo~vs XP Add additional capacity, as required Seq,urity Built on secure platform Hosted in secure facility 128-bit encryption Username/password authentication Reliability / Availability Multiple datacenters Multi-tier, multi-server architecture with full redundancy Automatic Server and message recovery Test System Yes Yes Yes Yes N/A Yes Yes Yes Yes Yes N/A Yes Yes Yes No Yes N/A Yes Yes Yes Yes Yes No N/A No ATTACHMENT D Community Alerting and Emergency Notification System Vendor Demonstrations Vendor (Circle One): Connect-CTY What did you like about the system? 3N What didn’t you like about the system? Did it seem simple to use? Y N (if no, why not) Other Comments: You Represent: City Staff Community Schools City Council Other (specify)