HomeMy WebLinkAbout2003-08-04 City Council (9)TO:
City of
City Manager’s
HONORABLE CITY COUNC~
FROM:CITY MANAGER DEPARTMENT: POLICE
DATE:
SUBJECT:
AUGUST 4, 2003 CMR: 383:03
APPROVAL OF A BUDGET AMENDMENT
ORDINANCE IN THE AMOUNT OF $88,596 FROM
THE CITIZENS FOR PUBLIC SAFETY (COPS) FUND
INTO CIP PD-02017 - PUBLIC SAFETY MOBILE
DATA COMPUTER PROJECT AND THE APPROVAL
OF A CONTRACT BETWEEN THE CITY OF PALO
ALTO AND PUBLIC SAFETY SYSTEMS, INC. IN THE
AMOUNT OF $255,250 FOR SOFTWARE
APPLICATIONS AND ENHANCEMENTS OF PUBLIC
SAFETY COMPUTER SYSTEMS
RECOMMENDATION
Staff recommends that Council execute a contract with Public Safety Systems, Inc.
(PSSI) in an amount not to exceed $255,250 for installation and integration of a
new mobile data software application and software enhancements of the Police
Departments Mobile Data Computer (MDC), Computer Aided Dispatch (CAD)
and Records Management systems (RMS).
BACKGROUND
As part of the FY 2000-01 budget process, Council approved $250,000 for CIP
PD-99013, Police Records Management and a contract agreement was issued to
PSSI for Phase 1 of a multi-year, phased RMS project. A total of $63,200 of that
CIP was used for the purchase and installation of the basic software application.
The remaining funds ($186,800) were carried over and added to Citizens for
Public Safety (COPS) funds in the amount of $276,435 that were received from
the State for Phase 2 of the project. In October 2002, City Council authorized the
Police Department (CMR 379:02) to execute a contract (#C3148962) with PSSI to
complete Phase 2 of the project which included procurement of new hardware, an
CMR: 383:03 Page I of 5
upgrade to a new Win2000 operating system and software enhancements to
improve the functionality of Police and Fire’s CAD and RMS.
Phase 3, consisting of the implementation of essential features critical to the
integration of internal and external law enforcement systems and databases, was
anticipated but not included in the original agreement because the complete scope
of work for the final phase had not yet been fully developed. The City did retain
the right in the initial and Phase 2 contract to proceed with Phase 3 upon mutual
agreement with PSSI on the scope of work, functionality requirements, design
specifications and corresponding costs.
Last fiscal year, the Police Department received $25,000 from the California Law
Enforcement Equipment Program (CLEEP) for professional services to develop
the ability to electronically display, in real time, critical incidents and deployed
resources on a map utilizing integrated data from the City’s 9-1-1 system, CAD
and the Geographical Information System (GIS). This work will be completed by
PSSI as part of the Tier 2 upgrade to the CAD Geo-Server. These funds, and
funds already-approved in CIP’s PD-99013, FD-93012 and monies received from
the State of California 9-1-1 Program will be utilized to fund Phase 3. No new
monies are required. (See Resource Impact Section for funding matrix). If
approved by Council, this contract amendment will complete the final phase in a
multi-phased public safety computer system project.
DISCUSSION
Staff has worked closely with PSSI during the past several years to make
improvements and modifications that would maximize the overall efficiency of
both the CAD and RMS systems. As experienced users of these applications, staff
now has the technical and operational expertise to determine what changes are
required to optimize the efficiency of these systems. As an off-the-shelf product,
modifications made to the system must benefit all public safety agencies using
PSSI’s CAD and/or RMS systems. Although the software does make some
provision for custom enhancements, staff has decided to limit those
customizations to only those that are critical to emergency operations such as
communication with local law enforcement databases. By doing this, the City
avoids the high cost associated with upgrading the system and can take advantage
of new innovations or refinements to the original software without incurring the
cost of redoing all the programming. With this approach, the valuable life of these
critical public safety systems can be significantly extended. The Police
Department anticipates retaining both the CAD and RMS systems well beyond the
otherwise traditional three to five year replacement life of computer technology.
CMR: 383:03 Page 2 of 5
Through integration of the City’s GIS and CAD systems, the fmal phase of this
project, the City will be able to provide a map display in the Dispatch Center to
assist dispatchers in locating a wireless 9-1-1 caller when the Center begins
accepting these calls later this year. Additionally, a visual map display of all
committed resources during an emergency will be available for supervisors in the
field and/or in the Emergency Operations Center (EOC) during a local or regional
disaster. Other noteworthy additions included in this upgrade are the automation
of the demographic data collection efforts, automated report writing of police
reports in the field by police officers and improved access to all public safety
systems and databases with the installation of new PSSI mobile data software
applications.
Also included as part of Phase 3 of the project, is replacement of the Police
Department Traffic Master MDC software application. A software product that is
more than 10 years old and because of limitations in the software, it no longer
meets the needs of public safety. Planned changes include the acquisition of new
MDC software applications: PSSI’s In-Field software that will provide field
access to confidential and critical CAD and RMS information, track resources,
provide law enforcement database access and messaging capabilities for police
officers while on patrol.
By completing the final phase of work as defined in this new agreement and by
procuring both the Tier 2 Geo-Serve and MDC application and software
enhancements, the Police Department will have effectively streamlined and
optimized all of its public safety computer systems. By leveraging these systems,
public safety technology will now operate at its optimum efficiency and can be
leveraged for future years as a quality law enforcement tool and a repository for
secure public safety and public information.
Sole Source
Sole source justification for this work has been provided in Exhibit A2B of the
contract.
The individual tasks and responsibilities for each of the Phase 3 objectives of the
CAD projects are also detailed in Exhibit A2B of the contract. The tasks and
responsibilities for work completed in Phase 2 of the project have been provided
in Exhibit A2A of the proposed contract for reference.
RESOURCE IMPACT
The attached BAO requests an appropriation of expenses in the amount of $88,596
to CIP Project PD-02017, Public Safety Mobile Data Computer Replacement.
CMR: 383:03 Page 3 of 5
This BAO has no impact on the Budget Stabilization Reserve and no future year
General Fund ongoing costs are anticipated.
The following is a break down of the funding for the entire project:
Phase
Phase 1
Phase 2
Phase 3
Total
Y~ar
FY 2000-01
FY 2002-03
FY 20’03-04
Amount
$63,200
$186,800
$276,435
$75,000
$23,166
$25,000
$88,596
$44,123
$755,320
Source of Funds
CIP PD-99013 -Police
Records Management
System
CIP PD-99013
COPS
CIP PD-0201"7
CIP FD-93012
CLEEP
COPS
REAPPROPRIATION
TO CIP PD-02017
State 9-1-1 Wireless
Program
POLICY IMPLICATIONS
This agreement is consistent with existing City policy.
ENVIRONMENTAL REQUIRED
This is not a project under the California Environmental Quality Act (CEQA) and
environmental review is not required.
Attachments
Attachment A:
Attachment B:
Attachment C:
Attachment D:
Sole Source Justification
Budget Amendment Ordinance
Proposed Contract and Exhibits
Original Contract #C3148962, November 27, 2002
CMR: 383:03 Page 4 of 5
PREPARED BY:
SHERYL A. CONTOIS
Police Technical Services
DEPARTMENT HEAD:
LYNNE IOHNSON
Chief of Police
CITY MANAGER APPROVAL:
EMILY
Assistant City Manager
CMR: 383:03 Page 5 of 5
Attachment A
SOLE SOURCE JUSTIFICATION
The Palo Alto Police Department currently utilizes Public Safety Systems, Inc. 0~SSI) for
its critical public safety computer systems - Computer Aided Dispatch (CAD) and
Records Management System (RMS) systems. The original purchase of the CAD system
in 1998 was done following a national search and a competitive bid process. Upon
successful completion of that process, the contract (C8099680) was approved by City
Council (CMR 186:98) and awarded to PSSI. On October 21, 2002, the City Council
approved Phase 2 of the project; the contract (C3148962) was awarded on November 27,
2002.
The City of Palo Alto, under a sole source purchase in 1999, acquired PSSI’s ICIS RMS
application software and associated custom interfaces to various law enforcement
database systems from PSSI. After thorough research and careful evaluation by City
Staff, PSSI’s RMS product most closely met the needs of the department. The vendor
provided competitive pricing and by purchasing the RMS software from PSSI, the City
was able to ensure the systems were compatible and would easily share information and
communicate with each other without having to pay the high costs for custom interfaces
between a third party RMS vendor and PSSI’s CAD software to make the systems work
in tandem. The RMS contract (C9113077) was awarded to PSSI. The sole source
justification is part of Contract No. C9113077.
The City of Palo Alto staff have worked closely with PSSI to evaluate the current system
and make adjustments and request quotations for enhancements critical to the system’s
operation. The enhancements and acquisition of new software being proposed as part of
this project completed the final phase of the project, leverages the existing public safety
technology and ensures efficient and effective communication links are in-place for
public safety personnel for years to come. The software covered under these agreements
is covered under proprietary license; no other vendors can make modifications or
additions to the software. All links (interfaces) with third-party software applications are
accomplished utilizing custom interfaces provided by PSSI.
Based on these reasons, sole source purchase is justified and is in the best interest of the
City from a financial and operational perspective.
ORDINANCE NO.
ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO
AMENDING THE BUDGET FOR THE FISCAL YEAR 2003 -04 TO
PROVIDE AN ADDITIONAL APPROPRIATION IN THE AMOUNT OF
$88,596 TO CAPITAL IMPROVEMENT PROGRAM (CIP) PROJECT PD
02017, PUBLIC SAFETY MOBILE DATA COMPUTER SYSTEM, TO
REALLOCATE $88,596 OF FUNDS FROM~CITIZENS FOR PUBLIC
SAFETY (COPS)
SECTION I. The City Council of the City of Palo Alto
finds and determines as follows:
A. Pursuant to the provisions of Section 12 of Article III of
the Charter of the City of Palo Alto, the Council on June 16, 2003
did adopt a budget for fiscal year 2003-04; and
B. In fiscal years 1999-00, 2000-01, and 2001-02,. the Police
Department received allocations totaling $88,596 from the State of
California COPS program for use in purchasing technology to enhance
its public safety operations and to provide a foundation for sharing
information with other law enforcement agencies as part of a data
integration/interoperability efforts; and
C. The monies will be used for software applications,
enhancements of the Police Departments Computer Aided Dispatch
(CAD), Police Records Management (RMS) and Mobile Data Computer
(MDC) Systems; and
D. The budget needs to be amended to transfer $88,596 from the
Law Enforcement Services Fund to CIP P~02017, Public Safety Mobile
Data Computer Project; and
E. This transfer of previously appropriated funds is a om~ime
event and no future year General Fund ongoing costs are anticipated;
and
F. City Council authorization is needed to amend the 2003~04
budget as hereinafter set forth.
SECTION 2 The sum of Eighty -Eight Thousand Five Hundred
Ninety-Six Dollars ($88,596) is hereby appropriated to Capital
Improvement Project Number PD-02017.
SECTION 3. The above transaction will have no impact on the
General Fund Budget Stabilization Reserve.
SECTION 4. As specified in Section 2.28.080(a) of the Palo Alto
Municipal Code, ~ twethirds vote of the City Counci! is required to
adopt this ordinance.
SECTION 5. The Council of the City of Palo Alto hereby finds
that this is not a project under the California Environmental
Quality Act and, therefore, no environmental impact assessment is
necessary.
SECTION 6. As provided in Section 2.04.350 of the Palo Alto
Municipal Code, this ordnance shal! become effective upon adoption.
INTRODUCED AND PASSED:
AYES:
NOES:
ABSTENTIONS:
ABSENT:
ATTEST:APPROVED:
City Clerk Mayor
APPROVED AS TO FORM:
City Manager
City Attorney
Director of Administrative
Services
Director of Police
ATTACHMENT C
AMENDMENT NO. ONE TO AGREEMENT NO.
BETWEEN THE CITY OF PALO ALTO AND
PUBLIC SAFETY SYSTEMS, INC.
This Amendment No. One to Agreement No.
(~Agreement") is entered into , by and between the
CITY OF PALO ALTO ("CITY"), and PUBLIC SAFETY SYSTEMS, INC., a duly
organized Virginia corporation, with offices at 4401 Nicole Drive,
Lanham, Maryland 20706 (~PSSI").
RECITALS:
WHEREAS, the Agreement was entered into between the
parties for purchase of licensed software and support services for
the City’s automated law enforcement records management program
("the 1999 Agreement"). The Agreement contemplated that the
services would be performed in three phases. The 1999 Agreement
covered services in Phase i; and
WHEREAS, because the 1999 Agreement had expired, the
parties entered into a second Agreement in October, 2002 (the "2002
Agreement") for Phase 2 services; and
WHEREAS, the partie@ wish to amend the 2002 Agreement to
include software enhancement services under Phase 2 and to add
Phase 3 services;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Amendment, the parties agree:
SECTION i. Section 3 entitled "COMPENSATION" is hereby
amended, to read as follows:
Phase 2: In consideration of nhe full
performance of the installation, modification
and upgrade services and applicable sales tax
for Phase 2 as set forth in exhibits "A2A",
CITY will pay PSSI a total sum not to exceed
Two Hundred Forty-Nine Thousand Eight Hundred
Dollars ($249,800.00) which shall include all
programming, services, and trave! and expenses
incurred by PSSI under this agreement.
Phase 3: In consideration of the full
performance of the installation, modification
and upgrade services and applicable sales tax
for Phase 3 as set forth in exhibit "A2B"
030714 sdl 0044329
(Phase 3), CITY will pay PSSI a total sum not
to exceed Two Hundred Fifty-Five Thousand Two
Hundred Fifty Dollars ($255,250~00) which
shall include all programming, services, and
travel and expenses incurred by PSSI under
this agreement.
Total compensation for both Phases 2 and 3
shall not exceed Five Hundred
Five Thousand Fifty dollars ($505,050.00).
The amount of compensation for Phases 2 and 3
wil! be calculated on a per task basis in
accordance with the Exhibits "A2A" and "A2B",
up to the maximum amount set forth in this
Section. The fees of any consultants, who
have direct contractual relationships with
PSSI, wil! be approved, in advance, by CITY.
CITY reserves the right to refuse payment of
such fees, if such prior approval is not
obtained by PSSI.
Payment will be due and payable within 30 days
of acceptance of each task set forth in
Exhibits "A2A" and "A2B" for Phases 2 and 3 in
accordance with Section 5 of this Agreement.
CITY shall be responsible for remitting any
applicable sales and use taxes to the
appropriate loca! and tax authorities.
SECTION 3. Section 8 entitled "Term; Amendments" is
hereby amended to read as follows:
"8.1 The term of this Agreement shall
commence on the date of execution of this
Agreement by CITY, and shall terminate on June
30, 2004. The parties may, by mutua!
agreement, enter into subsequent agreements
for extended maintenance of the Product.
8.2 The parties may, by mutual
agreement, amend this Agreement to provide for
additional hardware, software, or services
related hereto."
0307] 4 sdl 0044329
2
SECTION 4. Section 19. entitled "Notices" is hereby
amended to add that copies of all notices shall be sent to the
Coordinator, Police Technica! Services instead of the Coordinator,
Communications Services.
SECTION 5. The fol!owing exhibits are hereby amended to
read as follows:
Exhibit "A2A" includes the Statement of Work for Phase 2,
a copy of which is attached hereto and incorporated herein; and
Exhibit "A2B" includes the Statement of Work and Costs
for Phase 3, a copy of which is attached hereto and incorporated in
ful! by this reference.
SECTION 6. Exhibit "B" is hereby amended to include the
Implementation Schedules for Phase 3,-a copy of which is attached
hereto and incorporated herein by reference.
SECTION 7. Except as herein modified, all other
provisions of the Agreement, including any exhibits and subsequent
amendments thereto, shal! remain in ful! force and effect.
//
//
//
//
//
//
//
//
//
//
//
//
//
030714 sdl 0044329
IN WITNESS WHEREOF, the parties have by their duly
authorized representatives executed this Amendment on the date
first above written. ~.~
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Senior Asst. City Attorney
APPROVED:
Assistant City Manager
Director of Administrative
Services
Police Chief
insurance Review
Mayor
PUBLIC SAFETY SYSTEMS, INC.
Name: Louis E. Nenneke
Title: President
Name: Judy M. genn~ke
Title : Secretary
Taxpayer Identification No.
54-1302472
(Compliance with Corp. Code § 313 is
required if the entity on whose behalf
this contract is signed is a corporazion.
in the aiternazive, a cerzified corporate
resolution aztes%ing to the signatory
authority of the individuals signing in
their respeczive capaci:_ies is acceptable)
Attachments:
EXHIBIT "A2A": Statement of Work (Phase 2)
EXHIBIT "A2B": Statement of Work (Phase 3)
EXHIBIT "B": implementation Schedule (Phase 3)
030714 sdl 0044329
4
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
)
)
)
On ~’t£L.~ ~d~ ~O~Z , before me, the undersigned, a
notary public in and for said County, personally appeared
personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person(s) whose name(s) is/are
subscribed to the within instrument, and acknowledged to me that
he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Pu~_c
030714 sdl 0044329
6
CERTIFICATION OF NONDISCRIMINATION SECTION 410
Certification of Nondiscrimination
As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below
hereby certify:
a)that they are currently in compliance with all federal and state of California laws
covering nondiscrimination in employment; and
b)that, if awarded the contract, the proposer will not discriminate in employment of any
person under the contract because of race, color, national origin or ancestry, religion,
disability, gender or marital status of such person.
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW.
Firm: Public Safety Systems Incorporated
Signature:
Name: Louis E. Henneke
(PRINT OR TYPE NAME)
Signature:
Name: Judy M. Henneke
(PRINT OR TYPE NAME)
Note."California Corporations Code Section 313 requires two corporate officers to execute
contracts.
*The signature of First Officer* mus_.__~t be one of the following: Chairman of the
Board; President; or Vice President.
**The signature of the Second Officer** must be one of the following: Secretary;
Assistant Secretary; Chief Financial Officer;, or Assistant Treasurer.
(In the alternative, a certified corporate resolution attesting to the signatory
authority of the individuals signing in their respective capacities is acceptable)
PSSl Contract PAGE 1 OF 1
Exhibit A2A
CAD/RMS Software Enhancements
SCOPE OF WORK
PSSI and the City have completed sessions, which evaluated the specific needs of this Phase (2) of the
project. These discussions included dispatch algorithms, flag settings and other issues that are specific to
the external interface requirements.
PSSI technical staff assigned to the project will begin preparation of custom (as required) software and/or
modifications to the base software application necessary to implement the external interfaces as defined in
the design review sessions.
Much of the software preparation will be conducted in the PSSI home office. As required, PSSI technical
personnel will be present on site at the City of Palo Alto to perform the modifications necessary to
implement the functionality defined during the design review sessions. This phase of the project includes
programming modifications for the RESPONSE CAD and/or ICIS RMS systems.
Dependent upon the actual project implementation schedule, some work may run in parallel or back-to-
back as part of a phased-implementation approach.
At the conclusion of this phase of the project, the new interfaces, enhanced or modified software will be
ready for testing and training. All work conducted on site in the City of Palo Alto will be tested to ensure
functionality while PSSI technical staff are available.
Each of the enhancements, modifications and/or software changes to either the RESPONSE CAD and/or
ICIS systems are detailed below.
Phase 2A Enhancements - Task Description
TASK 1: PSSI will make modifications to RESPONSE CAD system and software to
provide a standard interface to the Zetron Model 6/26 Fire Station Alerting System.
Project work to be timed with installation of new alerting system.
TASK 2: PSSI will make CAD RESPONSE system modifications to allow for
GEOFILE update conversion processes that the City could run on a reoccurring basis.
This modification will allow for bulk update to the RESPONSE CAD Geo-file from
City provided GIS data files. PSSI provided City with file formats in which the GIS
data is to be provided.
TASK 3: PSSI will make system modifications to its RESPONSE CAD that will
upgrade the existing telecommunications/SLETS interface. PSSI will install a TCP/IP
interface to SLETS. Timing for this project will be based on a TCPflP upgrade at the
Santa Clara County Sheriff’s Office (that project is currently underway). PSSI has been
provided all technical documentation regarding this protocol change.
TASK 4: PSSI to make modifications and customizations to ICIS RMS Case
Management Module - design review for functionality requirements include changes in
pre-agreed upon fields, flag settings, automatic update capability, and protected field.
Fixed Pricing
$29,000
$6,000
$22,000
$7,500
Scope of Work/Tasks
Page 1 of 2
TASK 5: PSSI will make customizations and modifications to the existing ICIS RMS
Warrant Module to allow for direct filing of WPS (Wanted Persons System) filings and,
as required, other law enforcement telecommunications databases and make other
customizations to the software that automate this process and eliminate redundant data
entry by police staff.
$20,000
Scope of Work/Tasks
Page 2 of 2
Phase 2
SCOPE OF WORK
UPGRADE TO NEW NT/WIN2000 OPERATING SYSTEM
TIER 1 GEO-SERVER SYSTEM
Exhibit A2A
PSSI and the City has completed discussions and evaluated the specific needs for an upgrade from the
current MPE operating environment to an NT/Win2000 based operating system. The City reviewed, in
detail, the quotation submitted by PSSI and discussed implementation issues and/or modifications that will
be required. Conversion to this new operating system will streamline administrative and maintenance
functions and will provide enhance the overall effectiveness of the CAD and R_MS systems.
The City will purchase and make available to PSSI three (3) Hewlett Packard LC2000r Servers. They will
be configured by City staff under consultation with PSSI and in accordance with PSSI specifications. The
City will ensure that the Server’s meet the minimum specifications provided by PSSI. The City will ship
the 3 configured LC2000r Servers to PSSI for preparation - shipping charges to be paid by City.
PSSI technical personnel will be present on site at the City of Palo Alto to install the new NTAVin2000
operating system and will work in tandem with the City to test the new operating system to ensure that the
system performance of both the RESPONSE CAD and ICIS RMS systems is not degraded.
At the conclusion of this phase of the operating system upgrade, all custom interfaces, enhanced or
modified software will be tested testing and training. All work conducted on site in the City of Palo Alto
will be tested to ensure functionality while PSSI technical staff are available.
Win2000/NT Operating System and Tier I Geo-Server Upgrade Fixed Pricing
TASK 1 - Hardware (to be provided by PSSI): Server Staging, Configuration and
Testing; Interface Server w/8 serial port expansion board, Upgraded Redundancy Fail $21,800
Over Switch
Response NT Software: RESPONSE NT/2000 License Upgrade; SLETS PIC, CAD
TCPflP interface upgrade; CAD to ICIS transfer Interface Upgrade (ODBC Version);
CAD to EMBRS transfer Interface Upgrade (ODBC Version); Fire Station Printers
Subsystem NT Upgrade; Sun_Pro PIC CAD TCP/IP Interface Upgrade
Software Services: CAD Data Conversion; Project Management, Travel, Installation
and Training of City Staff
TASK 2 - Tier 1 Geo-Server System - PSSI to provide geo-server system to
support a mapping environment in the CAD RESPONSE system. Project include:
RESPONSE GeoServer Software, Address Verification, Open API, ICIS V2.3 and
future version integration, data conversion, project installation, management, travel and
expenses.
Total Phase 2A Costs
$65,000
$33,600
$44,900
$165,300
Phase A2A Scope of Work/Tasks
Page 1 of 1
Exhibit A2A
Public Safety Systems, Inc.
Phases 2A ~nd 2B
Project Schedule
PROJECT PHASE/TASK
Phase 2A NT Upgrade/Geo-Server
City to Ship Configured Servers to PSSI for Preparation
Server Staging, Preparation and Configuration (PSSI)
NT/Software Enhancements Loaded V2.4 (PSSI)
Installation and Services of NT System
Final Testing / Cutover
Phase 2A Tier 1 Geo-Server System
Meetings with City/PSSI (onsite) GIS requirements
Installation and Testing (PSSI onsite)
Phase
DATE
10/30/02
11-12//02
12/02--01/03
01/03-02/03
02-03/03
12/02-1/03
2/03-3/03
2B Software Enhancements (PSSI Onsite)
Task 1 -Zetron 6/26 Station Alerting
Task 4 - ICIS Version 2.4 Installation /
Case Management Module Changes 02-03/03
Task 2 - Geo-File Conversion Process 03-04/03
Task 3 - SLETS TCP~ Upgrade 03-04/03
Task 5 - Warrants Module 05-06/03
12/30/02
Any schedule changes for Project/Task Start/End dates are subject to change based on a Phased
Implementation Strategy. Based on the availability of PSSI technical personnel, some project tasks may be
completed earlier than the dates listed above. All schedule changes will be made by verbal agreement
between the City and PSSI.
Exhibit A2B
GeoServer Tier 2
Upgrade
Public Safety Systems Incorporated
ResponseTM GeoServer Sub-System Software
30,000.00 $0 !ResponseTM GeoServer Software
’, Tier I - Address Verification Open API,
ICIS V2,3 integration
I Opt ons:
1 i Tier 2 - Verification time resolution of Reporting Districts via
Active Mapping layers
0 i Tier 3 - Mapping Maintenance Software
Geographic Maintenance of Street Centefline,
Intersections, Landmarks (commonplace),
and Reporting Distdct (Police & Fire) layers
1 Project ManagemenVInst_allation/Training (~er 2 Upgrade) _
t$
17,500.00
22,500.00
5,000.00
2,400.00
10,000.00
17,5oo.oo-
: HP3000 to SQLServer Database conversion (Tier 1)
Tier 2 or Tier 3 data conversion from GIS data
(Repetitive import Utility)
Total GeoServer Software $32,500.00
GeoServer (Annual Costs)
Tier 1 6,500.00
Tier 2 (Includes Tier 1)8,000.00
Tier 3 (Includes Tires 1 &2)10,000.00 ~
.........A~Pl__application development support*6,500.00
’*API sup_port consists of telephone / email support
Mon - Fri between the hours of 9-5 EST/EDT
~$
~$
¯ 5,ooo.o~o
lO,OOO.OO
GeoServer Pricing
~BIT A2B
STATEMENT OF WORK
Palo Alto Police Department
Mobile Data Software Project
2.1.
2.1.1.
2.1.2.
2.1.3.
2.1.6.
2.1.7.
Introduction
This Statement of Work outlines the materials and services that PSSI will provide to the
Palo Alto Police Department as part of the mobile data communications system.
PSSI’s Responsibilities
PHASE I - IN FIELD MESSAGING MOBILE DATA SOFTWARE
Install Mobile Communications software to enhance current Palo Alto Mobile Data
Computer (MDC) functionality over a combined Radio Frequency (RF) and Cellular
Digital Packet Data (CDPD) or other wireless communications network. This Mobile
CAD Messaging Client Software is referred to as In-Field.
All systems will function as defined in design sessions conducted with Palo Alto Staff
and other PSSI user’s during previously scheduled sessions and has been mutually
agreed upon.
Coordinate and participate in a Project Kick-Off meeting and subsequent status
meetings and!or conference calls as veeded with the City of Palo Alto and, as required,
Padcom.
Provide an electronic format of all documentation for In-Field software.
Provide User training in "Train the Trainer" format for the Police Department on the
use of the In-Field Mobile Communications software - including Administrative
functionality.
PSSI will work with PADCOM to ensure seamless operation of its Mobile Data
software over both the RF network and wireless CDPD network.
Provide documentation and any training of any required maintenance activities, such as
system backup.
TESTING AND VERIFICATION
Verify the mobile communications software performs all existing Palo Alto CAD
functions during an on-site visit. This includes, but is not limited to, status changes,
forms, and car-to-car messaging.
Mobile Data Computer Project Statement of Work
Page 1 of 4
EXHIBIT A2B
2.2.2.
2.2.5.
2.3.
2.3.1.
Perform an Acceptance Test :on a single Panasonic CF-27 and CF-28 mobile computer
terminal with a Sierra Wireless MP200 series modem pre-programmed to operate on the
City of Palo Alto’s CDPD network.
Participate in joint testing with hardware and software vendors (Padcom)
Verify the operation of the system via on-site testing of:
2.2.4.1.
2.2.4.2.
2.2.4.3.
Inbound/outbound messaging
Connection to PSSI CAD systems
Message-based interface to a Palo Alto server
PARTICIPATE IN
EQUIPMENT AND MATERIALS
Provide a documentation package for the customer system. For the Mobile Data In-
Field software, this package will include User’s Documentation and any supporting
documentation.
2.3.2.
at
3.1.
3.1.1.
Provide the following hardware and software (attached quotation):
2.3.2.1.
2.3.2.2.
2.3.2.3.
2.3.2.4.
2.3.2.5.
2.3.2.6.
2.3.2.7.
2.3.2.8.
Mobile Message Switch Hardware
Mobile Data Computer Message Switch Software TCPflP (75 licenses)
RESPONSE CAD Interface Mobile to Mobile
ICIS RMS Interface Module to Mobile
Parallel Interface Option (PSSI Mobile w/WDC Interface)
Custom Software Enhancements
RESPONSE In-Field CAD/NCIC Software (50 licenses)
RESPONSE In-Field Fire CAD Client Software (15 licenses)
TRAINING
Provide four hours of training at the Customer’s location on the Mobile Data System.
Training will be in a "Train the Trainer" format and will include hands-on hardware
training. The following subjects will be covered during classroom training:
2.4.1.1.
2.4.1.2.
2.4.1.3.
2.4.1.4.
System Hardware Overview
System Operation Overview
System Setup, Operation, and Maintenance
Trouble Shooting
City’s Responsibilities
PrInSE 1
Provide system documentation of current mobile radio/CAD system including:
Mobile Data Computer Project Statement of Work
Page 2 of 4
EXHIBIT A2B
3.1.2.
3.1.3.
3.2.
3.1.1.1.
3.1.1.2.
3.1.1.3.
System diagrams
Component descriptions, e.g., CDPD Frame Relay
Documentation of existing systems as required by PSSI
Provide on-site support for networking and other questions related to current
functionality of the customer’s existing system.
Participate in a thorough specification and design session for the In-Field phase (Phase
ID of the project. Provide final specifications of functionality, field-by-field as defined
by the City’s Police and Fire Departments. Provide specifications of desired output
forms.
EQUIPMENT AND MATERIALS
3.2.1.1.Provide the following server site hardware:
HP Net Server LC2000r - P3 866 133FSB M1
HP 256MB RAM 133MHz ECC SDRAM DIMM
HP NetRAID-3Si Disk Array Controller
3 HP 9.1GB Hot swap Wide Ultra2 SCSI Disk
I-tP Sure Store DLT40i 40GB Internal DLT
Veritas Backup Exec Server with IDR and SQL agents
Windows 2000 Server
SQL 2000 Server
3.2.1.2.
3.2.1.3.
3.2.1.4.
Pre-configured CDPD (wireless Router)
PADCOM Hardware / Software
Mobile Client Genetic Devices with minimum Pentium II & Windows
2000, 128 MB RAM, 2+ G HD, CD-ROM, Padcom Connectivity
Suite supported Wireless Network Interface Card
3.3.
3.3.1.
3.3.2.
3.3.3.
3.3.4.
CUSTOMER SITE PREPARATION
Provide PSSI with valid IP address assigned to the CDPD router.
Procure a CDPD account through City’s preferred vendor.
Provide a baseline functionality checklist for the In-Field system, including forms and
status commands. This will be the basis for acceptance after cut over to the new Mobile
Data system.
The City shall not alter or make additions to today’s CAD functionality as it relates to
this project during the implementation process unless coordinated with PSSI staff. Any
altercations may delay the project cut over date.
Mobile Data Computer Project Statement of Work
Page 3 of 4
EXHIBIT A2B
3.3.5.Provide personnel for the distribution of software to the vehicle fleet for any software
releases.
3.4.TRAINING
3.4.1.Provide a suitable instruction area for the training classes equipped with an overhead
projector and a dry-erase whiteboard for the duration of the training.
3.4.2. Provide access to the Communications Equipment Room during the training sessions.
3.4.’3. ~° Provide access to the required number of Panasonic CF-27 or 28 MDC systems.
By:
Ed Kossa
Director of Operations
PSSI
By:.
Sheryl A. Contois
Coordinator, Police Technical Services
Palo Alto Police Department
Mobile Data Computer Project Statement of Work
Page 4 of 4
Exhibit A2B
PSSI RESPONSE Mobile IN-Field
Public Safety Systems Incorporated
Response Mobile IN-FIELD
I
Mobile Data/Field Reporting Software Server Applications/Interfaces/Software
1 Mobile Data Computer Message Switch Software (PSSI)
*TCP/IP Communications (25 Unit License)
Upgrade to 100 Users
Upgrade to 200 Users
1
0
1
0
I$
!RESPONSETM CAD Interface Module to Mobile
CAD Mobile I/F Upgrade Discount i
!ICISTM RMS Interface Module to Mobile ! $
PSSI User Group Discount~,
30,000.00
15,000.00
15,000.00
15,000.00
15,000.00
1
0
1
Parallel Interface Option (PSSI Mobile w/VVDC I/F)$
Custom Software Modifications $
Project ManagementJlnstallation I $
Mobile Message Switch Hardware $
Application Software Subtotal l
10,500.00
12,750.00
7,800.00
is
tsis!$
~s
~$
~$
30,000.00
15,000.00
15,000.00
(15,000.00
(6,750.00
10,500.00
12,750.00
7,800.00
69,300.00
5O
0
0
RESPONSETM IN-FIELD CAD/NCIC Client Software*
RESPONSETM IN-FIELD Client Mapping Software
ICISTM IN-FORM Mobile Field Reporting Client Software*
*Mobile Client Pricinq includes all current discounts
(calculated unit cost based on volume)
CAD Client (1-25 Licenses) - $1000/unit
(26-50 Licenses) - $600/unit
(51-100 Licenses) - $400/unit
(101+ Licenses)- $200/unit
ICIS/FR Client (1-25 Licenses) - $1250/unit
¯(26-50 Licenses) - $850/unit
(51-100 Licenses) - $500/unit
(101+ Licenses)- $200/unit
PSSI User Group Discount!
Police Client Software Subtotal i
$800.00 $
300.00i$
1,050.00 $
$
$
40,000.00
$(6,000.00
$34,000.00
Response In-Field Pricing
Exhibit A2B
PSSI RESPONSE Mobile IN-Field
15
0
0
I RESPONSETM IN-FIELD Fire CAD Client Software*I $
i Mapping_Client Software i $
I EMBRSTM Mobile Field Reporting Client Software ~ $
PSSI User Group Discountl
1,000.00 i $
300.00 i$
1,250.00 i $
15,000.00
(2,250.00
12,750.00Fire Client Software Subtotal i $
Total Mobile Base System Price $ 116,050.00
Response In-Field Pricing
Exhibit A2B
PSSI RESPONSE Mobile IN-Form
Public Safety Systems Incorporated
Response Mobile IN-FORM Upgrade
Mobile Data/Field Reporting Software Server Applications/interfaces/Software
0 {Mobile Data Computer Message Switch Software (PSSI)
i *TCP/IP Communications (25 Unit License)
0 i Upgrade to 100 Users
0 i Upgrade to 200 Users
0 !RESPONSETM CAD Interface Module to Mobile
CAD Mobile I/F Upgrade Discount
1 !ICISTM RMS Interface Module to Mobile
PSSI User Group Discount
1 Custom Software Modifications (by Mutual Agreement)
1 ~ P~ro_ject Ma_nag_ement/Installation
Application Software Subtotal
30,000.00 t
15,000.00
15,000.00
15,ooo.ooi
15,000.00
20,000.00
12,750.00
$
$
$
$
$
$
$
$
$
0
0
5O
~RESPONSETM IN-FIELD CAD/NCIC Client Software*RESPONSETM IN-FIELD Client Mapp!n_9- Software
ICISTM IN-FORM Mobile Field Reportin~l Client Software*
$
$
$
8O0.0O $
300.00 $
1,050.00t$
i*_Mo_bil_e ~~ includes all current discounts
_~_(_£.a.!£~l=ated unit cost based on volume)
CAD Client (1-25 Licenses) - $1000/unit
(26-50 Licenses) - $600/unit
(51-100 Licenses) - $400/unit
(101+ Licenses) - $200/unit
ICIS/FR Client (1-25 Licenses) - $1250/unit
(26-50 Ucenses) - $850/unit
(51-100 Licenses) - $500/unit
(101+ Licenses)- $200/unit
15,000.00
(2,250.00)
20,000.00
12,750.00
45,500.00
52,500.00
PSSI User Group Discount $(7,875.00)
Police Client Software Subtotal $44,625.00
Response IN-FORM Pricing
Exhibit A2B
PSS! RESPONSE Mobile IN-Form
0
0
i RESPONSETM IN-FIELD Fire CAD Client Software*
Mapping_ Cl!ent Software
EMBRSTM Mobile Field Reporting_ Client Software
PSSI User Group Discounti
Fire Client Solt~are Subtotal
$
$
$
1,000.00
300.00
1,250.00
$
$
$
Total Mobile Base System Price s 90,125.00
Response IN-FORM Pricing
Exhibit B
Public Safety Systems, Inc.
Project Schedule
pROJECT PHASE/TASK DATE .......
Phase 2A NT Upgrade/Geo-Server
City to Ship Configured Servers to PSSI for Preparation
Server Staging, Preparation and Configuration (PSSI)
NT/Software Enhancements Loaded V2.4 (PSSI)
Installation and Services of NT System
Final Testing / Cutover
Completed
Completed
Completed
Completed
Completed
Phase 2A Tier 1 Geo-Server System
Meetings with City/PSSI (onsite) GIS requirements
Installation and Testing (PSSI onsite)
Completed
Completed
Phase 2B Software Enhancements (PSSI Onsite)
Task I - Zetron 6/26 Station Alerting
Task 4 - ICIS Version 2.4 Installation /
Case Management Module Changes
Task 2 - Geo-File Conversion Process
Task 3 - SLETS TCP~ Upgrade
Task 5 - Warrants Module
Completed
Completed
09/2003
10/2003
12/2003
Phase 3A - Geo Server Upgrade from Tier I to Tier 2
~ Meetings with City/PSSI (onsite) GIS requirements
~ Installation and Services
~ Final Testing / Cutover (PSSI Onsite)
07-09/2003
0912003
09/2003
Phase 3B - Mobile Data Software
Pre-testing of In-Field Mobile Data Application
PSSI Onsite Load In-Field Application
Testing Interface with Padcom and City of Palo Alto
Final Testing of Product
Parallel Systems Running
Cutover to New System
Final Desig-n Discussions w/PSSI & Other In-Form Users
Preliminary testing of In-Form Mobile Data Application
ICIS Integration Testing
Cutover
07-08/2003
09/30/2003
09/30/2003
09/30/2003
09/30/2003
10/2003
4/2004
5/2004
5/2004
6/2004
Any schedule changes for Project/Task Start/End dates are subject to change based on a Phased
Implementation Strategy. Based on the availability of PSSI technical personnel, some project tasks may be
completed earlier than the dates listed above. All schedule changes will be made by verbal agreement
between the City and PSSI.
AGREEMENT BETWEEN THE CITY OF PALOALTO
AND PUBLIC SAFETY SYSTEMS, INC.
FOR PURCHASE OF LICENSED SOFTWARE
AND SUPPORT SERVICES
THIS AGREEMENT is made and entered into on the ~Z’rda~of~-
0o,~.,~_~ -’- 2002, by and between the CITY OF PALO ALTO, a ch---art~e454°
municipal corporation of the State of California ("CITY"),-~and~
PUBLIC SAFETY SYSTEMS, INC. a duly organized Virginia corporatm°°on~_~
with offices at 4401 Nicole Drive, Lanham, Maryland 20706, T~ I~Number 54-1302472 ("PSSI") .
RECITALS:
A. On April 15, 1999 CITY and PSSI entered into an
agreement for purchase of licensed software and support services
for the City’s automated law enforcement records management program
(~the 1999 Agreement"). The 1999 Agreement provided that the work
would be completed in three phases, however, the 1999 Agreement
specifically stated that Phases 2 and 3 would not be accomplished
as part of that agreement. City retained the right to add Phases
2 and 3 to the contract subject to PSSI’s compliance with Phase !
and the City’s acceptance thereof and a mutual agreement to
complete Phases 2 and 3.
B. PSSI has completed Phase ! and the City has now
accepted the work performed under the 1999 Agreement.
C. CITY wishes to have PSSi perform, and PSS! wishes to
perform, the further services described as Phase 2. Copies of the
scopes of services for Phase 2 are attached hereto as Exhibits
"A2A" and Exhibit "A2B".
NOW, ~HEREFORE,_ _ in consideration of ~uhe_ri
covenants, the parties hereto agree as follows:
mutua!
SECTION !.THE PRODUCT
CITY shall purchase from PSSI hardware, licensed
software, integration, upgrade, modification and support services
as described on Exhibits ~A2A" and ~A2B", attached hereto and
incorporated herein by reference (the "PRODUCT"). To the extent of
any conflict between this Agreement am_d any exb~ibit, the provisions
of this Agreement shall apply.
SECTION 2. DELIVERY
CITY shall pay for all delivery charges. Delivery will
be made by standard ground transportation charges unless CITY
agrees in writing to a different method of transportation. PSSI
will handle all shipping, handling and installation of the Product,
and shall coordinate with CITY as to the schedule of delivery so as
021024 sd10044176
!
to cause the least possible disruption to CITY’s operations. CITY
will be responsible for installing hardware and equipment it is
purchasing from sources outside of this agreement.
SECTION 3.COMPENSATION
Phase 2: In consideration of the full performance of the
installation, modification and upgrade services and applicable
sales tax for Phase 2 as set forth in exhibits "A2A" and "A2B"
CITY will pay PSSI a tota! sum not to exceed Two Hundred Forty-Nine
Thousand Eight Hundred Dollars ($249,800.00) which shall include
all programming, services, and travel and expenses incurred by PSSI
under this agreement.
The amount of compensation for Phase 2 wil! be calculated
on a per task basis in accordance with the Exhibits "A2A" and
"A2B", up to the maximum amount set forth in this Section. The
fees of any consultants, who have direct contractua! relationships
with PSSI, wil! be approved, in advance, by CITY. CITY reserves
the right to refuse payment of such fees, if such prior approva! is
not obtained by PSSI.
Payment will be due and payable within 30 days of
acceptance of each task set forth in Exhibits "A2A" and "A2B" in
accordance with Section 5 of this Agreement.
CITY shall be responsible for remitting any applicable
sales and use taxes to the appropriate local and tax authorities.
SECTION 4.SOFTWARE LICENSE
4.1 PSSI grants to CITY a non-exclusive, non-
transferrable license for the software during the term of this
Agreement plus the terms of any agreements for extended maintenance
of the software. CITY shall not sell or transfer any of the
software or copies thereof to others. CITY agrees to secure and
protect the software and copies thereof from transfer to third
parties, and agrees to take appropriate action through instruction
with its emp!oyees who are permitted access to each software system
or copies thereof, to satisfy its obligations under this Agreement.
The license under this Agreement allows CITY to:
a.Use the licensed software on the equipment
specifically to designated parties;
Copy or translate the licensed software in machine
readable or printed form to provide sufficient
copies to support CITY’s use of the licensed
software, provided PSSI’s proprietary legend is
included;
Transfer the licensed software to a back-up CPU to
be used when a designated CPU is temporarily
inoperable;
021024 sdl 0044176
do Modify any customized licensed software program to
form an updated work for CITY’s use, provided that:
CITY supplies PSSI with written notification
of the modification; and
ii.The modification is made according to PSSI’s
conventions or requirements.
4.2 CITY will not use or operate the licensed software
improperly, carelessly, or in a manner contrary to that authorized
by this license.
SECTION 5.INSTALLATION AND ACCEPTANCE
5.1 Implementation Schedule. General timelines for
implementation are described in Exhibit ~B". A detailed schedule
of tasks and deliverable items, which outlines the time a~_d manner
in which the transactions contemplated by this Agreement are to be
performed, shall be discussed with CITY in separate meetings and
committed to a written document ("Implementation Schedule"), which
shall be incorporated as part of this Agreement. PSSI agrees to
adhere to the requirements of the agreed upon Implementation
Schedule in all respects. If PSSI fails to adhere to the
Implementation Schedule, provided such failure is not caused by
CITY, CITY shall have the options set forth as follows, subject to
the notice and other requirements thereof:
The delivery of the software and installation,
modification and upgrade services shall be performed and completed
in accordance with the agreed upon Implementation Schedule and the
provisions of this Agreement. If a scheduled installation date or
milestone as set forth in such schedule, or, in any subsequent
Implementation Schedule, deve!oped by the parties or otherwise
agreed to by the parties, shall be incapable of being met, PSSI
shall give at least seven (7) days notice prior thereto, unless
PSSI shall not know that a delay will occur, then immediately upon
obtaining such Knowledge, to CITY of the existence of such delay,
and the proposed actual performance date. Upon receipt of such
notice and provided the delay is not caused by CITY, CITY may
counter-notify PSSI that unless such delay is cured and scheduled
installation made within twenty-one (2!) days after such counter
notice, CITY may exercise the options afforded it as described in
Subsection 5.3 below.
5.2 Acceptance Test. The parties agree that acceptance
of the software and any modifications or upgrades made pursuant to
Exhibits "A2B" and ~A2B" shall be a demonstration, to the CITY’s
satisfaction, that the Products perform, individually and as a
whole, in accordance with their published specifications,
including, but not limited to, specifications as referenced in
Exhibits "A2A" and ~A2B", and are able to perform substantially the
function for which they are intended. (The "Acceptance Criteria")
3
021024 sdl 0044176
Said demonstration shall be completed within ten (i0) business days
of completion of each task.
5.3 Acceptance or Rejection. Acceptance shall not occur
until each task described on Exhibits ~A2A" and ~A2B" has
adequately passed the acceptance test set forth in the preceding
subsection 5.2 and CITY has received all of the deliverables
associated with this purchase and license. CITY shall notify PSSI
in writing immediately upon completion of the final software
acceptance test. The payment associated with each task acceptance
due from CITY will be due and payable as set forth in Section 3
upon satisfactory completion of the acceptance test and receipt of
all deliverables.
If PSSI fails to provide software or other deliverab!es
meeting City requirements within the time lines set forth in this
Agreement, or, if the software or modifications or upgrades dbnot
function in a manner that is acceptable to CITY in the normal daily
operating environment within the acceptance test period, CITY shal!
have the option, upon notice to PSSI, to:
a. Cancel this Agreement, whereupon, PSSI shall return
to CITY all sums heretofore paid by CITY and CITY shall have no
further obligations thereunder, in which event PSSI shall be
entitled to return of any software and any documentation therefore
delivered to CITY; or
or
Accept the Product at its then level of performance;
c. Permit the acceptance phase to be extended for such
period as agreed upon by CITY in writing; or
d. Accept those portions of the Product which pass the
acceptance criteria and require PSSI to correct the remaining
portions, in which event CITY shall not be liable for any payments
for such remaining portions until they have passed the acceptance
tests; or
e. Pursue such remedies as may be available to CITY at
law or in equity.
Acceptance of the Product by the CITY will not release
PSSI from the requirements of correcting software defects in
accordance with the terms of the warranties and maintenance
requirements set forth herein.
SECTION 6.WAP~RAINTY
6.1 PSSI warrants that it has the right to grant the
software license described in this Agreement and that the software
is delivered and installed free of any claim of patent, trademark
or copyright infringement. PSSI shall defend, at its expense, any
action brought against CITY to the extent based on a claim that the
use of the Product, within the scope of this Agreement, infringes
4
021024 sdl 0044176
any United States patent, trade secret or copyright or any
intellectual property right granted by the State of California, and
PSSI shall indemnify CITY from any costs, damages and fees finally
awarded against CITY in such action which are attributable to such
claim; provided that CITY notifies PSSI promptly in writing of the
claim, permits PSSI to defend or settle the claim and provides all
available information, reasonable assistance and authority to
enable PSSI to do so, provided PSSI reimburses CITY for such
activity. CITY shall have no authority to settle any claim on
behalf of PSSI. PSSI shall have no liability for any claim of
patent, trade secret or copyright infringement based on the (i) use
of other than the then-latest version of the Product from PSSI, if
such infringement could have been avoided by the use of the latest
version made available to CITY, but CITY, with knowledge of actual
or possible infringement, chose to retain the prior version; or
(ii) use or combination of the equipment with software, hardware,
or other materials not provided by PSSI, unless such use has been
agreed to by PSSI and then only to the extent that such liability
is based on the Products supplied by PSSI and not for any such
liability as may relate to such other products.
PSSI warrants that during the warranty period, for a
period of one year from CITY’s acceptance, the Product will operate
according to the Acceptance Criteria. If it is determined that the
Product does not operate according to such specifications, PSSI
shall, without further charge or cost to CITY, provide such
additional or substitute Product or modification of whatever kind
as is necessary to the Product in order to meet the Acceptance
Criteria, or CITY may exercise whatever options are set forth in
Section 5 (within the acceptance period), at C!TY’s sole option.
6.2 PSSI warrants that the Product shal! meet or exceed
the Acceptance Criteria during the warranty period, and agrees to
replace or repair al! defects at no charge during said period,
provided it shall have received reasonable notice of such defects,
and provided the damage shall not have been caused by willful act
or negligence of CITY’s agents or employees.
6.3 PSSI represents and warrants accuracy in the
processing of date and date related data (including, but not
limited to, calculating, comparing, and sequencing) by all
hardware, software, and firmware products or other time sensitive
or reliant products delivered under this contract or agreement,
individually and in combination, upon installation or use. Fault-
free includes the manipulation of this data with dates prior to,
through, and beyond January !, 2000, including leap year
calculations), and shall be transparent to the user.
6.4 PSSI warrants that its personnel assigned to
function during the term of this Agreement shall be qualified to
perform PSSI’s support obligations under this Agreement. Al!
personnel (and any substitutes therefor) assigned to the
performance of this Agreement shal! be subject to approval of the
CITY. Personnel whose conduct is incompetent, inefficient, or
021024 sdl 0044176
5
otherwise unsatisfactory to the CITY shall be replaced forthwith
upon request.
6.5 In the event that CITY makes any changes or
modifications to the licensed software, CITY agrees that such
changes and modifications shall be the property of PSSI, unless
PSSI shall have given its prior written consent to the contrary.
Furthermore, any changes or modifications made by CITY to the
licensed software, except in accordance with Section 4.l.b, wil!
mean that the foregoing limited warranty of PSSI with respect to
such licensed software shall no longer apply, and PSSI shall have
the right to charge CITY for additiona! support services the rate
set forth in Exhibit ~B"; however, PSSI shall have no obligation to
provide such services.
6.6 EXCEPT AS SET FORTH ABOVE, NO OTHER WARRANTIES,
WHETHER EXPRESS OR IMPLIED,INCLUDING, WITHOUT LIMITATION, THE
IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR
PURPOSE,ARE ~ADE BY PSSI AND PSSI MAKES NO WARRANTIES WITH RESPECT
TO HA/tDWARE EQUIPMENT OR WITH THE LICENSED SOFTWARE OR FOR THE
INSTALLATION THEREOF.IN NO EVENT WILL PSSI BE LIABLE TO CITY OR
ANY OTHER PARTY FOR ANY LOSS, INCLUDING TIME, MONEY,GOODWILL AND
CONSEQUENTIAL DAMAGES, WHICH MAY ARISE FROM THE USE,OPERATION OR
MODIFICATION OF THE HARDWARE OR SOFTWARE.
6.7 The foregoing limitations of paragraph6.6 shall not
limit PSSI’s liability for damages for personal injury, including
death, or tangible property damage, as set forth in Section I0.
Further, nothing contained in this Agreement shal! limit any cause
of action arising between the parties which is based upon wrongfu!
acts that are independent of this Agreement.
SECTION 7.SOURCE CODE
The Product shall include the software source code,
object code, and any associated files, tables, or programs required
to recompile, if necessary.
SECTION 8.TERM; AMENDMENTS
8.1 The term of this Agreement shall commence on the
date of execution of this Agreement by CITY, and shall terminate on
June 30, 2003. The parties may, by mutual agreement, enter into
subsequent agreements for extended maintenance of the Product.
8.2 The parties may, by mutua! agreement, amend this
Agreement to provide for additiona! hardware, software, or services
related hereto.
SECTION 9. TERMINATION
9.1 This Agreement may be terminated by either party
upon thirty (30) days prior written notice if the other party has
materially breached the provisions of this Agreement and has not
cured such breach within such notice period.
021024 sdl 0044176
6
9.2 This Agreement may also be terminated by CITY prior
to acceptance of the Product, in accordance with the provisions of
Section 5.
9.3 Upon termination, .~either party may pursue such
remedies at law or in equity as may be available to it.
SECTION I0. INDEMNITY
PSSI agrees to protect, indemnify, defend and hold
harmless CITY, its Council members, officers, employees and agents
from any and all demands, claims, or liability for injury or death
of any person, or property damage caused by or arising out of
PSSI’s, its officers’, agents’, subcontractors’ or employees’
negligent acts or omissions, or willful misconduct in the
performance of its obligations under this Agreement.
SECTION ii. INSURANCE
ii.i PSSI, 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",
insuring not only PSSI, but also, with the exception of workers’
compensation, and employer’s liability insurance, naming CITY as an
additional insured concerning PSSI’s performance under this
Agreement.
11.2 Al! insurance coverage required hereunder will
be provided through carriers with Best’s Kev Ratinq Guide ratings
of A:VII or higher which are admitted to transact insurance
business in the State of California. Any and all contractors of
PSSI 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.
11.3 Certificates of such insurance shal! be filed
with CITY concurrently with the execution of this Agreement. The
certificates will be subject to the approva! of CITY’s risk manager ~
and wil! contain an endorsement stating that the insurance -i~--~zuw’~a~
_2rimarl" csvcr~c-and will not be canceled or a!tered by the insurer
except after filing with CITY’s City Clerk thirty (30) days’ prior
written notice of such cancellation or alteration, and that the
City of Palo Alto is named as an additiona! insured except in
policies of workers’ compensation and employer’s liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Agreement with the City
Clerk.
11.4 The procuring of such required policy or
policies of insurance will not be construed to limit PSSI’s
liability hereunder nor to fulfill the indemnification provisions
of this Agreement. Notwithstanding the policy or policies of
insurance, PSSI will be obligated for the full and total amount of
021024 sdl 0044176
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.
11.5 PSSI, 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 the performance of its obligations under the Agreement.
SECTION 12.WORKERS’ COMPENSATION
PSSI, by executing this Agreement, certifies that it is
aware of the provisions of the Labor Code of the State of Califor-
nia 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
the performance of its obligations under the Agreement.
SECTION 13.ASSIGNMENT
PSSI shall not assign or subcontract the services to be
provided by it under this Agreement, and no assignment of this
Agreement or subcontracting of the services to be provided under
this Agreement or any right or interest therein by PSSI shall be
effective, without the prior written consent by CITY of such
assignment or subcontract, which consent will not be unreasonably
withheld. The performance of the Agreement by PSSI is of the
essence of the Agreement. In the event of any assignment or
subcontract, PSSI shall remain primarily liable for all of its
obligations under this Agreement. Notwithstanding the foregoing,
it is the intent and understanding of the parties that the
hardware provided by PSSI under this Agreement will be manufactured
by other entities, for which PSSI will function as reseller.
SECTION 14. WAIVER
No waiver of any breach of any term or condition of this
Agreement shall be construed to waive any subsequent breach of the
same or any other term or condition of this Agreement.
SECTION 15. CONFLICT OF INTEREST
15.1 In accepting this Agreement, PSSI covenants
that it presently has no interest, and will not acquire any
interest, direct or indirect, financia! or otherwise, which would
conflict in any manner or degree with the performance of the
Services.
15.2 PSSI further covenants that, in the performance
of this Agreement,it will not employ any contractor or person
021024 sdl 0044176
having such an interest. PSSI certifies that no person who has or
will have any financial interest under this Agreement is an officer
or emp!oyee 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.
SECTION 16. NONDISCRIMINATION
16.1 As set forth in the Palo Alto Municipal Code,
no discrimination will be made in the employment of any person
under this Agreement because of the age, race, color, national
origin, ancestry, religion, disability, sexual preference or gender
of that person. If the value of this Agreement is, or may be, five
thousand dollars ($5,000) or more, PSSI agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
16.2 PSSI agrees that each agreement for services
with an independent provider will contain a provision substantially
as follows:
"[Name of Provider] will provide PSSI with a
certificate stating that [Name of Provider] is
currently in compliance with al! Federa! and
State of California laws covering
nondiscrimination in employment; and that
[Name of Provider] will not discriminate in
the emp!oyment of any person under this
agreement because of the age, race, color,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
16.3 If PSSI is found in violation of the
nondiscrimination provisions of the State of California Fair
Emp!oyment Practices Act or similar provisions of Federal law or
executive order in the performance of this Agreement, it will be in
default of this Agreement. Thereupon, CITY will have the power to
cancel or suspend this Agreement, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to acts of
discrimination, as damages for breach of agreement, or both. Only
a finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Agreement.
021024 sdl 0044176
SECTION 17. FORCE MAJEURE
The parties will exercise every reasonable effort to meet
their respective obligations hereunder, but either party shall be
excused from the performance of any of its covenants or agreements
hereunder and such party’s nonperformance shall not be a default or
grounds for termination of this Agreement for any period to the
extent that such party is prevented, hindered or delayed for any
period not in excess of thirty (30) days from performing any of its
covenants or agreements, in whole or in part, as a result of an act
of God, war, civil disturbance, court order, labor dispute or other
cause beyond that party’s reasonable control, including without
limitation, any denial of access to the CiTY’s facilities. The
parties hereby agree to use their reasonable efforts to remedy the
effect caused by the occurrence of the event giving rise to a
party’s nonperformance of its covenants or agreements under this
section. The parties agree to provide prompt notice to the other
party to the extent that either party is relying on the provisions
of this Section for its failure to perform any of its covenants or
agreements hereunder.
SECTION 18.CONFIDENTIALITY
18.1.The parties acknowledge that in the course of
performing the responsibilities under this Agreement, they each may
be exposed to or acquire information that is proprietary to or
confidential to the other party or its affiliated companies or
their clients. Any and all information of one party in any form
obtained by the other party or its employees, agents or
representatives in the performance of this Agreement shall be
deemed to be confidentia! and proprietary information of such
party. The parties agree to hold such information in strict
confidence and not to copy, reproduce, sell, assign, license,
market, transfer, give or otherwise disclose such information to
third parties or to use such information for any purposes
whatsoever, without the express written permission of the other
party, other than for the provision of services under this
Agreement. The parties agree to advise each of their employees,
agents, and representatives of their obligations to keep such
information confidential. All such confidential and proprietary
information described herein and any deliverable provided
hereunder, in whatever form, are hereinafter collectively referred
to as "Confidential Information." The parties shall use their
reasonable efforts to assist each other in identifying and
preventing any unauthorized use or disclosure of any Confidential
Information. Without limitation of the foregoing, the parties
shall use reasonable efforts to advise each other immediately in
the event that either learns or has reason to believe that any
person who has had access to Confidential Information has violated
or intends to violate the terms of this Agreement, and will
reasonably cooperate in seeking relief against any such person.
18.2 Notwithstanding the obligations set forth in
Section 18.1, the confidentiality obligations of the parties shall
021024 sdl 0044176
10
not extend to information that: is, as of the time of its
disclosure, or thereafter becomes part of the public domain through
a source other than receiving party; was known to the receiving
party as of the time of its disclosure; or is independently
developed by the receiving party; or is subsequently learned from
a third party not under a confidentiality obligation to the
providing party; or is required to be disclosed pursuant to court
order or government whereupon the receiving party shall provide
notice to the other party prior to such disclosure.
SECTION 19. NOTICES
All notices hereunder will be given in writing and
mailed, postage prepaid, by certified mai!, addressed as follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
with copies
to:Coordinator, Communications Services
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
To PSSI:4401 Nico!e Drive
Lanham, MD 20706
ATTN: Ed Kossa, Director of Operations
SECTION 20. MISCELLANEOUS PROVISIONS
20.1 PSSI represents and warrants that it has
knowledge of the requirements of the Americans with Disabilities
Act of 1990, and the Government Code and the Health and Safety Code
of the State of California, relating to access to public buildings
and accommodations for disabled persons, and relating to facilities
for disabled persons. PSSI will comply with or ensure by its
advice that compliance with such provisions will be effected in the
performance of this Agreement.
20.2 This Agreement will be governed by the laws of
the State of California, excluding its conflicts of law.
20.3 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.
20.4 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.
021024 sdl 0044176
!!
20.5 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.
20.6 All exhibits referred to in this Agreement and
any addenda, appendices, attachments, and schedules 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.
20.7 This Agreement may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
20.8 This document represents the entire and
integrated agreement between the parties and supersedes all prior
negotiations, representations, and contracts, either written or
oral. If CITY is required to sign an order form or other
preprinted document~from PSSI, the parties understand and agree
that to the extent of any conflict between such other form or
document and this document, this document shall prevai!. This
document may be amended only by a written instrument, which is
signed by the parties.
20.9 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will 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 fisca!
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 20.9 shall take precedence in the event of
a conflict with any other covenant, term, condition, or provision
of this Contract.
//
//
021024 sdl 0044176
!2
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Agreement on the date
first above written.
City Clerk
CITY OF PALO AL~O -.__,
Mayor
APPROVED AS TO FORM:
Senior torney
APPROVED:
PUBLIC SAFETY SYSTEMS, INC.
Its: President
By:
Its:Secretary/Treasurer
Attachments:
EXHIBIT "A2A" and "A2B": Scope of Work
Specifications
Product
EXHIBIT ~’B" :
EXHIBIT ~’C" :
EXHIBIT ~D" :
Implementation Schedule
Insurance Requirements
Nondiscrimination Compliance Form
13
021016 sdl 0044176
CERTIFICATE OF ACKNOWLEDGEMENT
(Civil Code § 1189)
STATE OF )
) ss.
COUNTY OF )
On~6vember 19 , 2002, before me, Jea~e~te~ S Derry
a Notary Public in and for said County and State, personally
appeared Judy Henneke, personally known to me
or proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
~y
JEANETTE S. D~ RRv
NOTARY PUBUC STATE OF ~ "LAND
M)’ (~ommi~ion Expir~ Jul}. , .~ 2005
JEANE’[’[E S. DERRY
NOTARY ?UBUC STATE OF MAP, YLAN_DM~/Commission Expires Ju~y 1 !, 2005
14
021016 sdl 0044176
CERTIFICATE OF ACKNOWLEDGEPIENT
(Civil Code § 1189)
STATE OF )
) ss.
COUNTY OF )
On October ~lst , 2002¯ before me, Jeanette S Derry
¯ a Notary Public in and for said County and State, personally
appeared Louis E Henneke, personally known to me
or proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
of
~ANEITE S. [,
NOTAI~V ~UBUC 51"ATE Or, ~ ~ND JEANETTE S. DE~Y
I~ G~t~ml,~io, ~xpites July | Ii 2005 NOTARY PUBLIC STATE Of ~k,R"/TLANP-
My Commission Expires July 11, 2005
021024 sdl 0044176
15
Exhibit A
Phase 2A
SCOPE OF WORK
UPGRADE TO NEW NT/WIN2000 OPERATING SYSTEM
AND
TIER 1 GEO-SERVER SYSTEM
PSSI and the City has completed discussions and evaluated the specific needs for an upgrade from the
current MPE operating environment to an NT/Win2000 based operating system. The City reviewed, in
detail, the quotation submitted by PSSI and discussed implementation issues and/or modifications that will
be required. Conversion to this new operating system will streamline administrative and maintenance
functions and will provide enhance the overall effectiveness of the CAD and RMS systems.
The City will purchase and make available to PSSI three (3) Hewlett Packard LC2000r Servers. They will
be configured by City staff under consultation with PSSI and in accordance with PSSI specifications. The
City will ensure that the Server’s meet the minimum specifications provided by PSSI. The City will ship
the 3 configured LC2000r Servers to PSSI for preparation - shipping charges to be paid by City.
PSSI technical personnel will be present on site at the City of Palo Alto to install the new NT/Win2000
operating system and will work in tandem with the City to test the new operating system to ensure that the
system performance of both the RESPONSE CAD and ICIS RMS systems is not degraded.
At the conclusion of this phase of the operating system upgrade, all custom interfaces, enhanced or
modified sot~are will be tested testing and training. All work conducted on site in the City of Palo Alto
will be tested to ensure functionality while PSSI technical staff are available.
. Fixed Pricing
TASK 1 - Hardware (to be provided by PSSI): Server Staging, Contqguration and
Testing; Interface Server w/8 serial port expansion board, Upgraded Redundancy Fail $21,800
Over Switch
Response NT Sof~vare: RESPONSE NT/2000 License Upgrade; SLETS PIC, CAD
TCP/IP interface upgrade; CAD to ICIS transfer Interface Upgrade (ODBC Version);
CAD t9 EMBRS transfer Interface Upgrade (ODBC Version); Fire Station Printers
Subsystem NT Upgrade; SunPro PIC CAD TCP/IP Interface Upgrade
Software Services: CAD Data Conversion; Project Management, Travel, Installation
and Training of City Staff
TASK 2 - Tier 1 Geo-Server System - PSSI to provide geo-server system to
support a mapping environment in the CAD RESPONSE system. Prqiect include:
RESPONSE GeoServer Software, Address Verification, Open API, IC1S V2.3 and
future version integration, data conversion, project installation, management, travel and
expenses.
$65,000
$33,600
$44,900
$165,300
Phase 2A Scope of Work/T~ks
Page 1 of l
Phase 2B
CAD/RMS Software Enhancements
SCOPE OF WORK
Exhibit A
PSSI and the City have completed sessions, which evaluated the specific needs of this Phase (2) of the
project. These discussions included dispatch algorithms, flag settings and other issues that are specific to
the external interface requirements.
PSSI technical staff assigned to the project will begin preparation of custom (as required) soflware and/or
modifications to the base software application necessary to implement the external interfaces as defined in
the design review sessions.
Much of the software preparation will be conducted in the PSSI home office. As required, PSSI technical
personnel will be present on site at the City of Palo Alto to perform the modifications necessary to
implement the functionality defined during the design review sessions. This phase of the project includes
programming modifications for the RESPONSE CAD and/or ICIS RMS systems.
Dependent upon the actual project implementation schedule, some work may run in parallel or back-to-
back as part of a phased-implementation approach.
At the conclusion of this phase of the project, the new interfaces, enhanced or modified software will be
ready for testing and training. All work conducted on site in the City of Palo Alto will be tested to ensure
functionality while PSSI technical staff are available.
Each of the enhancements, modifications and/or software changes to either the RESPONSE CAD and/or
ICIS systems are detailed below.
I
TASK 1: PSSI will make modifications to RESPONSE CAD system and software to
provide a standard interface to the Zetron Model 6/26 Fire Station Alerting System.$29,000
Project work to be timed with installation of new alerting system.
TASK 2i PSSI will make ’"GAD RESPONSE system modificat’ions to allow for
GEOFII~E update conversion processes that the City could run on a reoccurring basis.
This modification will allow for bulk update to the RESPONSE CAD Geo-file from $6,000
City provided GIS data files. PSSI provided City with file formats in which the GIS
data is to be provided.
TASK" 3:’ PSSt will ma~ systemm0dificati0ns to its RESPONSE cAD ihat will ....
upgrade the existing tetecommunications/SLETS interface. PSSI will install a TCP/IP
interface to SLETS. Timing for this project will be based on a TCP/IP upgrade at the $22,000
Santa Clara County Sheriff’s Office (that project is currently underway). PSSI has been
provided all technical documentation regarding this protocol change.
TASK’"’ 4i’ ’PssI to make modifications and Customi~ations to ICISRMS Case ........
Management Module - design review for functionality requirements include changes in $7,500
pre-agreed upon fields, flag settings, automatic update capability, and protected field.
Ptaase 2B Scope of Work/Tasks
Page 1 of 2
TASK 5: PSSI will make customizations and modifications to the existing ICIS RMS
Warrant Module to allow for direct filing of WPS (Wanted Persons System) filings and,
as required, other law enforcement telecommunications databases and make other
eustomizations to the sofivcare that automate this process and eliminate redundant data
entry by police staff.
$20,000
Phase 2B Scope of Work/Tasks
Page 2 of 2
EXIIIBIT B
Public Safety Systems, Inc.
Phases 2A and 2B
Project Schedule
PROJECT PHASE~ASK
Phase 2A NT Upgrade/Geo-Server
City. to Ship Configured Servers to PSSI for Preparation
Server Staging, Preparation and Configuration (PSSI)
NT/Software Enhancements Loaded V2.4 (PSSI)
Installation and Services of NT System
Final Testing / Cutover
Phase 2A Tier I Geo-Server System
~ Meetings with City/PSSI (onsite) GIS requirements
3~ Installation and Testing ~SSI onsite)
Phase
DATE
10/30/02
11-12//02
12/02--01103
01103-02/03
02-03/03
12/02-1/03
_/0~-3/0J
2B Software Enhancements (PSSI Onsite)
Task 1 - Zetron 6/26 Station Alerting
Task 4 - ICIS Version 2.4 Installation /
Case Management Module Changes 02-03/03
Task 2 - Geo-File Conversion Process 03-04/03
Task 3 - SLETS TCP/IP Upgrade 03-04/03
Task 5 - Warrants Module 05-06/03
12/30/02
Any schedule changes for Project!Task Start/End dates are subject to change based on a Phased
Implementation Strategy. Based on the availability of PSSI technical personnel, some project tasks may be
completed earlier than the dates listed above. All schedule changes will be made by verbal a~eement
between the City and PSSI.
NOU 28 2882 15:13 FIR FPF’AND C DEPT 1381 459 P. 02/82
THIS C~HIIFICATE IS ISSUED AS k kI’ATTEr-r--rR OF INFORMATION
(301) 459-~E5
Publ; Sef=~y Systems, lnc,
4401Mi=oI~ Oriw
DNLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
OOUPANY
co.ANY
COMPANY
C.~kS’ANY
L ~D
THISISTO C~TIFY THAT~EPOLICIES OF INSURANCEUS~D BELOW HAVE BEENIS~UEDTO THEINSU~D N~ED ABOVEFOR T~POLICY PERIOD
CERTIFICATE MAY BE ISSUED OR MAY PERTA~, THE INSURANCE AFFORD~ BY THE POLICIES DESCRIBED H~EIN [S SUBJECT TO ALL ~E TERMS
EXCLUSIONS A~ CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE SEEN ~UCED BY PA~ CLAIMS. ’
I~L UaS~g1043992~2101102 2101303 ~EN~AL A~E~ATE $z,ooo ,0o0X ! CO~CIAL G~ LIABILITY ~,~PRO~TS~OMp/op AQ~$1,
i o~s & CONf~O~ PROT
~ ANY AUTO CO~l~ SINGLE LIMII
~.1 ~,OOO, ado
~ ALL 0~ AUTOS BODILY INJ~Y
HInD A~OS BODILY I~RY~NON~w~ A~OS (P~r
PROPERTY O~E
A~O ONLY - EA
~ ACCIDE~ ~ S
~ U~LA FO~B104399Z~29 2102/o2 21Ol103 IA~QR~GATE ’s
OTHER 1HAN UMB~,,, ....FORM 5~ I f [ ~o~=ht i on s
COMPEN~ITION i£14~g421~
THE PROPRIETOR/~~EL ~ACH ACCIDE~~S 500,OOD
P~R~/EXE~IV~
~
~L DIS~S~-POLICY LIMIT ~$
o~c~s A~== EXCL EL DISE*SE~A ~LOYEE ~ $
~HOU~D ~NY OF ~E aBOV~ 0~8~ PO~IE8 DE ~AN~ B~FOR~ THE
PaIo Al~.EZPIRA~ON gA~ T~EOF. ~E I~UlNQ ~O~&NY Wl~ ENDEAVOR TO
P~ I J ~ ~pa~%mehT 30 BATS WR~EN NO.BE TO THE ¢~T~CA~ HOMER NArD TO ~ L~,
23E Forro¢~ Avonue RUT FA~URE TO MAIL 8UGH NOTI~ ~A~ IMPOSE NO OBLI~A~ON OR ~tTY
Faro Al*a, CA 9~301 OF aNY ~UP~N THE ~ANY, ~AGE~S OR
CERTIFICATE: aOlla01/ 00001
¯ H~ TOTAL PAGE.02
CERTIFICATION OF NONDISCRIMINATION SECTION 410
Certification of Nondiscrimination
As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below
hereby certify:
a)that they are currently in compliance with all federal and state of California laws
covering nondiscrimination in employment; and
b) that, if awarded the contract, the proposer will not discriminate in employment of any
person under the contract because of race, color, national origin or ancestry, religion,
disability, gender or marital status of such person.
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW.
Firm: Public Safety Systems Incorporated
Signature: ~ ~
Name: Louis E Henneke
Signature: ~,~ ~7-~j
Name: Judy M Henneke
(PRINT OR TYPE NAME)
(PRINT OR TYPE NAME)
Note:California Corporations Code Section 313 requires two corporate officers to execute
contracts.
*The signature of First Officer* must be one of the following: Chairman of the
Board; President; or Vice President.
**The signature of the Second Officer** must be one of the following: Secretary;
Assistant Secretary; Chief Financial Officer; or Assistant Treasurer.
(In the alternative, a certified corporate resolution attesting to the signatory
authority of the individuals signing in their respective capacities is acceptable)
PSSl Contract PAGE 1 OF 1