HomeMy WebLinkAbout2001-04-23 City Council (8)City of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: UTILITIES
DATE:
TITLE:
APRIL 23, 2001 CMR:193:01
APPROVAL OF A CONTRACT IN THE AMOUNT OF
$86,964 WITH ACME SECURITY SYSTEMS FOR THE
PURCHASE AND INSTALLATION OF A NEW VIDEO
SURVEILLANCE SYSTEM FOR THE CITY OF PALO
ALTO MUNICIPAL SERVICES CENTER
RECOMMENDATION
Staff recommends that Council authorize the Mayor to execute the attached
contract with Acme Security Systems for $86,964 for the purchase and installation
of a new video surveillance system for the City of Palo Alto Municipal Services
Center (MSC).
DISCUSSION
Project Description
Currently, the City of Palo Alto has eight cameras monitoring the MSC yard.
Most of these cameras are of the pan/ti!t/zoom type (P/T/Z), however they are
antiquated and several do not operate properly. The cameras are wired to the
Control Room at the Utility Control Center (UCC). In addition, the current
surveillance system does not cover the entire yard. The cameras are displayed on
a 20" Sony video monitor and are controlled by a Vicon multiplexer.
The new surveillance system would cover the entire MSC yard, and would be
integrated with the AMAG Card Reader System which has recently been installed
CMR: 193:01 Page 1 of 3
at the MSC. The project involves installing ten P/T/Z, day/night cameras that will
be wired to the UCC building control room. The cameras for Buildings A, B, and
C will be connected through City-provided multimode fiber. The existing 20"
Sony color video monitor will be used to view the video. The cameras will
interrupt their rotation whenever a card access key is used to open a gate or door.
The camera will go to the location where the card key was used and the image will
be recorded on the videotape.
Bid Process
The Request for Proposals was issued on November 9, 2000 and was closed on
December 12, 2000. Of the three firms that responded, two did not meet the
required criteria. One firm (Bay Alarm ) declined to submit a bid indicating there
were too many rules and regulations.
Acme Security Systems is the only proposal that met all the criteria of the RFP.
Acme Security Systems has been in business for twenty-six years and they are a
total system integrator (card access, video, perimeter intrusion and fire alarm
systems). The company has installed hundreds of card access and video
surveillance systems throughout the Bay Area. Included in their services are a
24/7 Service Department, and an 800 number for after hours service requests. Staff
recommends that the proposal be accepted and that the contract be awarded to
Acme Security Systems.
RESOURCE IMPACT
Funding for the project is available in the fiscal year 2000-2001.
POLICY IMPLICATIONS
The award of this contract does not represent any change to existing City Policies.
ENVIRONMENTAL REVIEW
This project is categorically exempt from the California Environmental Quality
Act and no further review is necessary.
CMR:193:01 Page 2 of 3
ATTACHMENTS
A: Contract
PREPARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
Harry D. Pier, Sui~rvisor Electric Systems
~dctor of Utilities
E~nff~ ~I~SON
Assistant City Manager
CMR: 193:01 Page 3 of 3
~ ~I~IADE AND ENTERED INTO ON THE - D~V~F
BYAND BErWEEN THE CITY OF PALO ALTO "CITY", AND ACM]~ Security Systems
a
(ADDRESS) 1922 Republic Ave.(cI~9 San Leandro CA (ziP) 94577
"CONTRACTOR" IN CONSIDERATION OF THEIR MUTUAL COVENANTS, THEPARTIES HERETO AGREE AS FOLLOWS:
1~__ tBY CITY PURCHASING
(PHONE) 510-483-6584
¯ CONTRACTOR SHALL PROVIDE OR FURNISH THE FOLLOWING SPECIFIED 1) GOODS AND MATERIALS, 2) SERVICES OR 3) A COMBINATION
THEREOF AS SPECIFIED IN THE EXHIBITS NAMED BELOW AND ATTACHED HERETO AND INCORPORATED HEREIN BY THIS REFERENCE:
TITLE: (DESCRIPTION)
Provide and instal! Video Surveillance System in accordance with City of Palo Alto
Request for Proposal (RFP) #131045
¯ EXHIBITS THE FOLLOWING AT[ACHED EXHIBITS HEREBY ARE MADE PART OF THIS AGREEMENT:
-ACME Security Service Quotation #54QR785 dated DEC. 12, 2000 submitted in
accordance with RFP #131045
-Certificate of Insurance Evidence Coverage for ACME Security, as required by, RFP¯TERM THESERVICESAN~ORMATERIALSFURNISHEDUNDERTHISAGREEMENTSHALLCOMMENCEON 131045
AND SHALL BE COMPLETED BEFORE
¯ COMPENSATION FOR THE FULL PERFORMANCE OF TH~S AGREEMENT:
~: CITY SHALL PAY CONTRACTOR:$86,963.73
[] CONTRACTOR SHALL PAY CITY:
¯ PAYMENT RECORD (DEPARTMENT USE REVERSE SIDE)
¯ CITY ACCOUNT NUMBER."
KEY CODE OBJECT PROJECT PHASE NO DOLLAR AMOUNT
¯GENERAL TERMS AND CONDITIONS ARE INCLUDED ON BOTH SLOES OF THIS AGREEMENT
THIS AGREEMENT SHALL BECOME EFFECTIVE UPON ITS APPROVAL AND EXECUTION BY CITY. IN WITNESS THEREOF, THE PARTIES HAVE EXECUTED THIS
AGREEMENT THE DAY, MONTH, AND YEAR FIRST WRIT[EN ABOVEHOLD HARMLESS CONTRACTOR agrees to indemnify, defend and hold harmless CITY, its Council Members, officers, employees, and agents from any and all demands,
claims or liabilityof any nature, including wrongful death, caused by or adsing out of CONTRACTOR’S, its officers’, directors’, employees’ or agents’ negligent acts, errors,
or omissions, or willful misconduct, or conduct for which the law imposes strict liability on CONTRACTOR in the performance of or failure to perform this agreement by
CONTRACTORENTIRE AGREEMENT This agreement and the te’rms and conditions on the reverse hereof represent the entire agreement between the parties with respect to the purchase
and sale of the goods, equipment, materials or supplies or payment for services which may be the subject of this agreement All prior agreements, representations,statements, negotiations and undertakin0s whether oral or written are superseded hereby
¯PROJECT MANAGER AND REPRESENTATIVE FORCITY CONTRACTOR
NAME Buzz Pier
DEPT Utilities Department
p 0 BOX 1o25o
PALO ALTO, CA 94303
Telephone
SOCIAL SECURITY
OR I R S NUMBER
¯INVOICING SEND ALL INVOICES TO THE CITY, ATrN: PROJECT MANAGER
¯CITY OF PALO ALTO APPROVALS: (ROUTE FOR SIGNATURES ACCORDING TO NUMBERS IN APPROVAL BOXES BELOW)
EPARTMENT NCE RISK MANAGER PURCHASING
(4)
:SECURITY
SYSTEMS
1922 Republic Avenue, San Leandro, California 94577-4220 [] FAX (510) 483-8123 [] (810) 488-6584
QUOTATION 54QR785
PAGE 1 of 4
December 12, 2000
Mr. Fernando Velez
City of Palo Alto
Purchasing and Contract Administration
250 Hamilton Ave.
Palo Alto, CA 94301
Phone: (650) 329-2460
RE: Bid #131045 - Video Surveillance System, Municipal Service Center
Project Scope:
.This project provides for the purchase and installation of a new video surveillance system for the
City of Palo Alto Municipal Services Yard (MSC). The MSC has four buildings and various
parking areas.
The existing video surveillance system is antiquated and in some cases, the camera’s are not
functioning or operating correctly. The City has requested a replacement that covers
the entire yard.
The project involves installing ten (o10) Pan/Tilt/Zoom, day/night camera’s that will be wired to
the UCC building Command Room. The camera’s for Buildings A, B, and C will be connected
through City provided Multimode fiber. The fiber will be terminated at a point inside each
building. The security vendor will connect to the fiber using connectors and run plenum
coax/power cabling to each camera., Conduit will be installed by the vendor where applicable.
The UCC building will be wired in cable only to the video hub room (IT Server Room). In this
room, a wall mounted enclosure will be installed. A fiber connection chassis rack, a digital
video multiplexer/recorder, needed video signal equipment, and a small playback monitor will be
installed.
At the UCC control desk, a keypad to control the camera’s will be installed The existing 20"
Sony color video monitor will be re-used to view the video.
Four hours of on-site training is included in the proposal
Physical and Electronic Security Systems [] License #323622 / L A 629
~SECURITY
SYSTEMS
1922 Republic Avenue, San Leandro, California 94577-4220 Q FAX (510) 483-8123 (510) 483-6584
QUOTATION 54QR785
PAGE 2 of 4
ACME Security Systems has been in business for 26 years. We are a total system integrator
We install card access, video, perimeter intrusion, fire systems. In addition, we have our own
electronic lock.division The company is a family run business The two founders are involved ’
in the day-to-day operations, of the business In 1999, our yearly sales volume was
approximately 1.3 million dollars. The company has installed hundreds of card access and video
surveillance systems throughout the Bay Area. We also have a 24/7 Service Department, staffed
by a Service Manager 8-5PM, Monday-Friday. We have an 800 number for after hours service
requests. The company also maintains a Central Station for monitoring of buildings alarms.
Our current labor rate is $80.00 an hour. This project involves 308 hours of labor and a rental
cost of $750.00 for a lift to mount the camera’s and install conduit.
The Kalatel 7" Cyberdome has a 3 year warranty ACME Security Systems warranties the
installation of all material and labor for one year on this project.
FURNISH & INSTALL:
10 Kalatel KTA-CE3-D1C, 7" Day/Night Cyberdome PTZ, 18x zoom camera’s
1
9
10
1
1
1
1
1
1
2
2
1
1
1
7
7
2
1
Kalatel
Kalatel
Kalatel
Kalatel
Kalatel
Kalatel
Kalatel
Kalatel
KTD-348-164 16 x 4 matrix switcher ¯
KTA-25, comer mount adapters
KTA-26, pole mount adapter
KTD-04-12, outdoor 120vac-24vac/100VA camera power supplies
KTD-404, desktop PTZ and matrix control keypad
KTD-93, digiplex RS422 to RS232 ASCII data converter
KTD-83-16, digiplex RS422 data distributor
KTD-463 alarm chassis
Kalatel KTD-460 alarm input cards
Group 4 AMAG CCTV-kit
Group 4 AMAG I/O boards
Sony HSR-1 digital recorder/multiplexer
Sony HSRA-11, 4 camera input cards
Sony DV270, 60GB, digital video tape, (5 pack)
PSA VMC1403, 14" color playback monitor
IFS R3, 19" chassis fiber rack
IFS-VT- 1500WDM, video transmitters
IFS-VR- 1500WDM, video receivers
IFS RS232 to RS422 transceivers
APW 26U series cabinet, part #WCF194520SS
Physical and Electronic Security Systems [] License #323622 / LA 629
SECURITY
SYSTEMS
1922 Republic Avenue, San Leandro, California 94577-4220 [] FAX (510) 483-8123 (510) 483-6584
QUOTATION
PAGE 3 of 4
54QR785
1
1
1
1
1
1
1
APW 14" rack.for video playback monitor
APW rackmount power strip, #PBW19
APW 235 CFM fan, #WCF250
APW mounting screw kit, #H100Z
On-site Training
Needed conduit
Needed lot plenum cable, video and power
TOTAL COST FOR ABOVE - $86,963.73
CONDITIONS:
<Standard non-union labor is included
<Idle time that is incurred by Acme Security Systems’ employees due to escorts,
clearances and other factors beyond our control, in. excess of one (1) man hour, will be
invoiced at our current labor rates.
<Acme Security Systems provides an 8:00am to 5 00pm, Monday through Friday,
excluding Holidays, on -site warranty for one (1) year. This warranty covers all materials
and installations.
<110VAC outlet for plug-in transformer to be provided by others.
<Please visit our web site at www.acmesecurity.com
<City to provide point to .point between buildings, 62.5 multimodel fiber with ST
connectors.
<Fiber to terminate at each building, including IT room in UCC building.
<2 stands of fiber are needed from Bldg. B to UCC video hub for Group 4 AMAG CCTV
option to operate.
<Needed 110v powe~ to each PTZ camera location, with one duplex outlet.
<Fiber for UCC video cabinet to terminate into rear of the’cabinet by City.
<City to paint conduit as necessary.
TERMS:
Net 30 days. Progressive Billing: Work completed within the month shall be invoiced at the
end of each month. Payment delays in excess of 30 days shall prevent new work from
commencing. Failure comply with our term of 30 days will result in a 1 1/2% per month
charge, 18°/0 per annum - Upon credit approval.
Physical and Electronic Security Systems [] License 11323622 / L A 629
SECURITY
SYSTEMS
1922 Republic Avenue, San Leandro, California 94577-4220 o FAX (510) 483-8123 (510) 483-6584
QUOTATION 54QR785
PAGE 4 of 4
Prices quoted are valid for orders received prior to January 15, 2001.
Tim Quinn
Security Consultant
Date December 12, 2000
ACCEPTANCE OF PROPOSAL
The proposed prices, specifications and conditions are satisfactory and are hereby accepted.
Acme Security is authorized to do the work as specified. PAYMENT WILL BE MADE AS OUTLINED
IN THE TERMS ,~r CONDITIONS SECTION OF THE PROPOSAL.
ACCEPTED:
FIRM
NAME (TYPED OR PRINTED)
SIGNATURE
PURCHASE ORDER NUMBER
DATE
Qr785\38
Physical and Electronic Security Systems r~ License #323622 / L A 629
PART III - PROPOSER INFORMATION SECTION 300A
PROVIDE THE INFORMATION REQUESTED BELOW OR INDICATE "NOT APPLICABLE", IF APPROPRIATE
A
NAME OF PRPOSER (COMPANY)ADDRESS
IRS Number:
PhonelFax Number:
Proposer is a
California Corporation
Corporation organized under the laws of the Siate of
with head offices located at
and offices in California at
, proprietor.
[]
[]
[]
California Limited Liability Company
Sole Proprietorship;
Partnership
Limited Liability Partnership
List names of partners, state which partner or partners are managing partner(s)
B
C
CUSTOMER COMPANY
[]Other (attach Addendum with explanatory details)
How many years have you (or your firm) done business under the name listed above?
How many years of experience similar to work or services covered in this RFP?
Provide relevant references of contracts satisfactorily completed in the last three (3) years
CONTACT/PHONE NUMBER DATE COMPLETED
AoL--. =3000
~"~ ~-~.~.. Crt.~f~nJ~, ~~ -
(PROVIDE ADDITIONAL SHEETS. IF NECESSARY)
CITY OF PALO ALTO RFP 131045 PAGE 1 OF 4
CONTRACT AMOUNT
PART III - PROPOSER INFORMATION
E
SECTION 300A
Have you (or your firm) previously worked for the City of PaiD Alto? ~""Yes, or ~ No (if "Yes", list
above, or if necessary, provide information on additional sheets)
If applicable, provide a list of the plant(s), and/or facilities, and equipment owned by the Proposer which
are available for use on the proposed work as may be required herein
QUANTITY NAMEf’I-YPE/MODEL CAPACITY, ETC..CONDITION
(INCLUDE ADDITIONAL PAGES IF NECESSARY)
LOCATION
G
H
I
K
Provide a list of the Proposer’s management staff who will manage the proposed work or services
NAME
~g..
(INCLUDE ADDITIONAL PAGES IF NECESSARY)
FIELD OF EXPERTISE/CAPABILITIES/EXPERIENCE
Contractors license, number/type ~ 2-~’~- ~ ~-~ "~
Minority Business Enterprises
Proposer is , or is not J a minority, or Women, or Disadvantaged Business Enterprise
Small Business Concern
Proposer is ~, or is not ~ a Small Business Concern
Identify the names and business address of each subcontractor performing work, under this RFP After
opening of Proposals, no changes or substitutions will be allowed except as otherwise permitted by City.
The listing of more than one subcontractor for each item of work to be performed with the words ’and/or’
will not be permitted Failure to comply with this requirement will render the Proposal as non-responsive
and may cause its rejection List all such subcontractors below, or in additional sheets, as required.
NAMEANDADDRESS SCOPE OF WORK
1
2
3 . .
4
(INCLUDE ADDITIONAL PAGES IF NECESSARY)
Or, ~ ~ Subcontractors will not perform work, provide labor, or render services in or about the work
covered by this RFP (check and initial)
CITY OF PALO ALTO RFP 131045 PAGE 2 OF 4
(
PART III - PROPOSER INFORMATION SECTION 300A
K Addenda
During the Proposal process there may be changes to the Proposal documents, which would require an
issuance of an addendum or addenda City disclaims any and all liability for loss, or damage to any
Proposer who does not receive any addendum issued by City in connection with this RFP Any Proposer
in submitting a Proposal is deemed to waive any and all claims and demands Proposer may have against
City on account of the failure of delivery of any such addendum to Proposer Any and all addenda issued
by City shall be deemed included in this RFP, and the provisions and instructions therein contained shall
be incorporated to any Proposal submitted by Proposer
To assure that all Proposers have received each addendum, the following acknowledgment and sign-off is
required Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity in
the Proposal
Addendum number(s) received []1, [] 2, [] 3, [] 4; [] 5, [] 6, [] 7, [] 8, [] 9
No Addendum/Addenda Were Received (check and initial).
The Proposer represents that it has not retained a person to solicit or secure a City contract (upon an
agreement or understanding for a commission, pementage, brokerage, or contingent fee) except for
retention of bona fide employee or bona fide established commercial selling agencies for the purpose of
securing business
M Proposer’s Designated Contact
Name ="["~ ~*~ (~J Title
Fax.
N The firm and individuals listed below, certify that they do not discriminate in employment with regards to
age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference, that they are in
compliance with all federal, .state, and local directives and executive orders regarding nondiscrimination in
employment
P Proposer is required to provide a certificate in good standing from the State of California with its Proposal
Q The undersigned hereby agrees to, and accepts the terms and conditions of this RFP
Sigr)atures (Must be the same signature(s) as will appear on Contract)
First Officer*
(Sign~.Ltur~) - _
(Pdn~d ~ame of signato~)
ffitl4 of signatow)
Secon~.fficer~" /(
,~’i~natul~ / ("
(Pdnted name of signatory)
(Title of signatory)
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
Or,
CITY OF PALO ALTO RFP 131045 PAGE 3 OF 4
PART III - PROPOSER INFORMATION SECTION 300A
R The undersigned certifies that the Proposer is not a corporation, and is not subject to the requirements of
California Corporations code, and hereby agrees to, and accepts the terms and conditions of this RFP.
(Signatu’~t ~ O~.~ t.~.~
(Pdnted name of signatory)
(Title of signatory)
CITY OF PALO ALTO RFP 131045 PAGE 4 OF 4
State ol~ California
CONTRACTORS STATE LICENSE BOARD
ACTIVE LICENSE
~,,,,,,~o,,323622 ~,~, co~e
~,s,,m,,~, AA/ACME LOCKSMITHS INC
~.~.,1,,. o,l, 0 6 / 3 0 / 2. 0 0 2
PALO ALTO
UTILITIES DEPARTMENT
PROJECT TITLE: VIDEO SURVEILLANCE SYSTEM
REQUEST FOR.PROPOSAL (RFP) NUMBER 131045
RFP CLOSES: 3:00 P.M., TUESDAY, DECEMBER 12, 2000
ISSUED: NOVEMBER 9, 2000
PART I - REQUEST FOR PROPOSAL SECTION 1
November 9, 2000
The City of Palo Alto, Purchasing and Contract Administration request a Proposal on behalf of the Utilities
Department for
Project Title Video Surveillance System, Request for Propsal (RFP) Number
131045
A
Description of Project
Project Manager
Telephone
Contract Manager
Telephone
Proposal Submittal Information
Provide and install a video surveillance system for the City of
Palo Alto Municipal Service Center (MSC), including all
incidental and related work as required by PART III, Scope of
Work, herein
Buzz Pier
(650) 496-6964
Fernando Velez
(650) 329-2460
1 0 Proposal closes (The Proposal, in its Entirety, must be received by Purchasing and
Contract Administration not later than) 3 00 P M, Tuesday, December 12, 2000
Documents will not be accepted after 3:00 P.M., Tuesday, December 12, 2000
20
30
40
5O
Proposals may not be delivered by facsimile transmission or other telecommunication or
electronic means
Proposals arriving after the deadline will be returned, unopened, to their senders
Date, Time, and Location of Proposal Opening
Proposals will be opened in the Council Conferende Room at the Palo Alto Civic Center,
250 Hamilton Avenue, First Floor, Palo Alto, at 3 00 PM on the date of Bid closing All
Proposals shall be opened and (only) the name of the Proposer shall be read
Proposers, or their representatives and other interested persons may be present at the
Proposal opening
CITY OF PALO ALTO RFP 131045 PAGE 1 OF 3
PART I - REQUEST FOR PROPOSAL SECTION 1
B Submittal of Documents
Submit documents by delivering or mailing to the Manager, Purchasing and Contract
Administration
(Delivery)(US Mail)
City of Palo Alto
Purchasing and Contract Administration
Mezzanine, Civic Center
250 Hamilton Avenue
Palo Alto, CA 94301
City of Palo Alto
Purchasing and Contract Administration
PO Box 10250
Palo Alto, CA 94303
2 0 Proposers assume the risk of the method of dispatch chosen
3O .All Proposals and accompanyingdocuments shall be submitted in a sealed envelope
The outside of the envelope shall be marked, and identified as follows
IProposal Enclosed
Project Title Video Surveillance System, Request for Propsal (RFP) Number 131045
Proposer/Company Name and Return Address
C
D
F
Pre-Proposal Conference Information
A pre,Proposal Conference is not scheduled
¯ Proposal Documents
Proposal Documents are available from the City of Palo Alto, Purchasing and Contract
Administration, Mezzanine, Civic Center, 250 Hamilton Avenue, Palo Alto, CA 94301 (Telephon.e
number 650 329 2271)
Proposal Requirements
The Proposer shall respond to all requirements in accordance with the terms and conditions,
description, information and instructions, and all Sections and schedules 0f Parts I, II, and III,
herein, and shall be required to
1
2
3
4
5
6
7
Agree with the terms and conditions of this RFP,
Comply with the requirements of, and submit information, and documentation, including
executed forms, as required by, this RFP,
Be licensed with, and as required by the State of California,
Properly execute its Proposal,
Be knowledgeable of, and comply with, applicable local, state, and federal laws,
regulations, codes, and ordinances,
Comply and document compliance with. City’s insurance requirements, when so required,
Meet and comply with all other requirements specified in this RFP
City may at its option, for any or for no reason, reject all Proposals, re-advertise an RFP, cancel
an RFP, or elect to itself perform the Project
CITY OF PALO ALTO RFP 131045 PAGE 2 OF 3
PART I - REQUEST FOR PROPOSAL SECTION 1
G The Consultant selection process specified herein shall be the basis for award Any reference to
’"cost" or "costs", when made is to establish the relationship of the overall estimated cost to the
budget amount available
CITY OF PALO ALTO RFP 131045 PAGE 3 OF 3
PART I - TABLE OF CONTENTS
Table of Contents
SECTION 2
Part I
Section 1
Section 2
Request For Proposal
Table of Contents
Part II
Section 100 RFP
Section 300A
Section 650
Part III
Proposal Instructions and Special Conditions
Proposer Information
Insurance Requirements and pre-Award Insurance Evaluation
(Section 300A, and Section 650 must be completed, executed,
and submitted with Proposal)
Scope of Work or Services
CITY OF PALO ALTO RFP 131045 PAGE 1 OF 1
UTILITIES DEPARTM ENT
PROJECT TITLE: VIDEO SURVEILLANCE SYSTEM
REQUEST FOR PROPOSAL (RFP) NUMBER 131045
PART II
INSTRUCTIONS AND FORMS
PART II - PROPOSAL INSTRUCTIONS AND SPECIAL CONDITIONS
A.INSTRUCTIONS
Proposal Format To receive consideration a Proposal submitted in response to this RFP shall be in
accordance with the requirements herein, shall be typewritten, and shall include all required forms,
executed as directed, and
1 Shall include an original copy and four (4) copies of the Proposal,
Unless Alternative Proposals are requested, no person, firm or corporation shall be allowed to
file, or be interested in, multiple proposals, and unless Alternative Proposals are requested,
Proposals shall not contain any modification of the work or services specified (in instances when
Alternative Proposals are requested Proposer shall clearly and completely identify the
alternatives to the specified work or services contained in its Proposal)
Interpretation Any Proposer may submit to the Contract Manager, or to the Project Manager, or to both, a
written request for the clarification of any aspect of this RFP, providing such request is received by the
Contract Manager or the Project Manager, or both, not less than five (5) days prior to the date and time
that this RFP is scheduled to close No request for clarification shall be submitted orally in person or by
telephone
Withdrawal of a Proposal A Proposer may withdraw its Proposal, either personally or by written request~
at any time prior to the date and time that this RFP is scheduled to close No Proposal may be withdrawn
for a period of ninety (90) days after the date and time that this RFP is scheduled to close
Addenda Any addendum issued by the City during the RFP process shall be acknowledged by Proposer
(see Part II, Section 300A, Proposer Information) The requirements of all City issued addenda to this
RFP shall be made part of an/the agreement between the City and the selected Proposer
Specifications The specifications or scope of work included have been prepared to describe the standard
of quality, performance, and other characteristics needed to meet City requirements The City will accept
alternate proposals of a designated material, product, thing, service, "or equal", and will determine if such
alternate proposals are satisfactory in meeting a mandatory requirement or specification and if the
proposed alternate meets the intent of the original mandatory requirement
Pre-Proposal Conference
Attendance All Proposers are urged, when applicable, to attend a Pre-Proposal Conference
(See PART I, Paragraph D, Pre-Proposal Conference Information) The failure of a Proposer to
attend a Pre-Proposal Conference, which is deemed mandatory by the City, shall be sufficient
cause for the disqualification of its Proposal from any consideration
Topics Covered The City’s Project representatives shall provide general information on the
Project, and the City’s Purchasing & Contracting Division will be available to address any matter
pertaining to the City’s Proposal policies, procedures, and requirements
Submittal Requirements As a minimum, interested Proposers shall provide the following (see Part II,
Section 300A, for additional Proposer information submittal requirements)
A brief statement of the Proposer’s overall understanding of the nature of the project and the
services to be provided under this RFP,
A detailed desqription the approach proposed for completion of the Project, in accordance with
the specifications orscope of work outline,d in this RFP,
CITY OF PALO ALTO RFP 131045 PAGE 1 OF 5
PART II - PROPOSAL INSTRUCTIONS AND SPECIAL CONDITIONS
A brief description of the background and capabilities of the Proposer, and any sub.Proposers,
and a statement of direct relevant experience with similar projects;
Names of specific individuals, of both Proposer and any subcontractor firms proposed for this
project, including their role and relevant experience with similar projects,
The proposal shall include a detailed breakdown, of costs or fees by work product and hourly rate
of the Proposer and any sub-Proposers, and,
~6 Five references including contact name, address; and phone number
Decision to Reiect City reserves the right to reject as non-responsive any proposal which is incomplete,
modified, unsigned, or illegible, or which is not otherwise submitted ih accordance with the requirements
of this RFP
Independent Contractor Proposer shall be deemed an independent contractor and not an agent,
subcontractor, or employee of City and the Proposer shall not be authorized to bind City to any contract
or other obligation Under the agreement, the Proposer shall certify that no one who has or will have any
financial interest under the agreement is an officer or employee of City
Subcontractor(s) Should any Proposer contemplate subcontracting any part of the Work of Services
herein, Proposer shall submit with its proposal a description of the work or service to be perfo~:med under
any such subcontract, and shall identify proposed subcontractor(s) in accordance with the requirements
contained in PART II, Section 300A, Proposer Information Proposer shall not enter into a subcontract
agreement for any or part of the Work of Services herein without City’s prior consent
Proposer Selection Process As a minimum, the evaluation of the proposals and selection of the
Proposer, including any proposed sub-Proposers, shall be based on the following as well as the criteria
listed in PART III, Scope of Work or Services
Qualifications and experience of proposed project manager and key staff,
Similar experience, methodology, and expertise in the type of work required,
The response to this-RFP, including the Proposer’s approach and methodology proposed, the
completeness of the Proposal submitted, and,
The proposed fee relative to the services to be provided
City may interview with Proposer(s) prior to selecting a Consultant, in which event Consultant(s)
may be selected based on City’s evaluation of proposals and such interviews
Invoicinq, Records, and Verification of Cost
1 Invoices resulting from the agreement between the City and the Proposer, shall be submitted
monthly, in triplicate, for the cost of services provided during periods or as may be required by,
and in accordance with PART III, Scope of Work or Services Invoices shall include all applicable
supporting documentation and shall itemize charges or group charges by category of cost
Invoices shall be submitted in triplicate to the
City of Palo Alto
Attention Buzz Pier, Project Manager
P O Box 10250
Palo Alto, CA 94303
CITY OF PALO ALTO RFP 131045 PAGE 2 OF 5
PART II- PROPOSAL INSTRUCTIONS AND SPECIAL CONDITIONS
The Proposer shall be required to maintain accounting records, in accordance with generally
acceptable accounting practices, relevant in determining whether Proposer is complying with its
obligations hereunder, and supporting a!l charges, disbursements, or expenses made or incurred
by Proposer in the performance of the service herein City, or its designated representative, shall
have access, during normal business hours, to such records of the Proposer as City may require
to verify any and all reimbursable cost invoiced
A. SPECIAL CONDITIONS
Certification of Desiqn Documents When applicable, all designs and construction drawings,
specifications, reports, and related design or construction documents or any other documents under the
Project shall, if required by federal or California law or regulation, be certified by a registered professional
engineer licensed to practice within the State of California
Conflict of Interest The selected Proposer and any subcontractor may be required to comply with City’s
conflict of interest code by filing a financial disclosure form entitled "Statement of Economic Interest, Form
700" This will depend on whether the Proposer or subcontractor is a Proposer so defined under the
California Political Reform Act and whether the range of duties and the services to be provided under the
agreement entails the making or participation in the making of decisions by the Proposer or subcontractor
which may foreseeably have a material effect on any financial interest of the Proposer or subcontractor
with respect to the agreement and the nature of the services to be rendered will not be limited in scope
nor primarily ministerial in nature
Force Maieure Performance of the agreement by each party shall be pursued with due diligence in all
requirements hereof, however, neither party shall be liable for any delay or nonperformance due to
causes not reasonably within its control In the event of any delay resulting from such causes the time for
performance and payment hereunder shall be extended for a period of time reasonably necessary to
overcome the effect of such delays In the event of any delay or nonperformance caused by such
uncontrollable forces, the party affected shall promptly notify the other in writing of the nature, cause, date
of commencement thereof, and the antic!pated extend of such delay, and shall indicate whether it is
anticipated that the completion dates would be affected thereby
Insurance The selected Proposer must provide a certificate of insurance in a form acceptable to City’s
Risk Manager prior to entering into the agreement The certificate shall evidence the Proposer’s
insurance coverage in the forms and amounts set forth in PART II, INSURANCE REQUIREMENTS,
SECTION 650 of this RFP The Proposer shall maintain such insurance as will cover and include the
entire obligation assumed in the agreement as well as such insurance as will protect the Proposer from
claims and liability under Worker’s Compensation Acts, personal liability, property damage, and all other
claims for damages, including personal injury, and death, which may arise from operations under the
agreement
Ownership All drawings, plans, reports, specifications, calculations, and other documents prepared by
the Proposer under the agreement shall become the property of City In addition, any advertising, Iogos,
graphics, or other similar items developed at City’s expense shall become the property of City At City’s
request, such documents or items shall be delivered to City upon completion of Proposer’s services under
the agreement All non-final drafts,, notes, and working documents prepared by the Proposer during the
term of the agreement, shall be retained by the Proposer for a period of three years, and shall be
available to the City for review and copying upon 48 hours written notice
Security of Data The Proposer agrees that any data provided by the City shall
Be kept in confidence and not disclosed to third parties without the prior written approval of City,
and
CITY OF PALO ALTO RFP 131045 PAGE 3 OF 5
PART II - PROPOSAL INSTRUCTIONS AND SPECIAL CONDITIONS ,
2 Not be used in the production, or design of any article or material, report or press release, without
City’s prior written consent
These obligations shall survive the termination of the agreement The Proposer shall return and deliver
all data to City upon City’s request, and in any event upon the completion or termination of all work
hereunder, whichever first occurs, and the Proposer shall be fully responsible for the care and protection
of data until such delivery
Taxes Except where specifically provided, the proposal fee(s) shall include all federal, state, and local
sales, use, excise, transportation, privilege, occupational, and other taxes applicable to service, materials,
or equipment furnished under the agreement or by the Proposer’s payroll The Proposer agrees to
indemnify and save City harmless from and against any liability for any such taxes, or payroll premiums
and contributions
Assi,qnment The agreement shall not be assigned or transferred without the prior consent of City
Chan.qes No changes or variations of any kind are authorized without a written and signed amendment to
the agreement The proposed work or services shall be diligently prosecuted in accordance with the
Project schedule negotiated by the Contractor/Proposer and Project Manager The schedule may be
subject to extensions or reductions as may occur from time to time during the course of the Work which
Shall be effectuated by change orders duly executed by the Project Manager and authorized by the
Contract Manager
Standards of Performance The selected Proposer shall be required to unconditionally warrant that it shall
use sound professional principles and practices in accordance with the highest degree of skill and care as
those observed by national firms of established good reputation as well as the current normally accepted
industry standards, in the performance of services required herein The performance of the Proposer’s
personnel shall also reflect their best professional knowledge, skill, and judgement If any failure to meet
the foregoing warranty appears during the term of the agreement the City may terminate the agreement
and require reimbursement of all expenses necessary to replace or restore such services
Indemnification The selected Proposer hereby agrees to protect, indemnify, defend, and hold harmless
City, its officers, agents, and employees from any and all demands, claims, or liability of any nature,
including wrongful death, caused by or arising out of the Proposer’s, its officers’, agents’, or employees’
negligent acts, errors, or omissions, or willful misconduct, or conduct for which the law may impose strict
liability on the Proposer in the performance or nonperformance of the agreement
Non-discrimination The Proposer shall be required to comply with all laws concerning non-discrimination
in employment, and shall be subject to all penalties, including penalties set forth in the Palo Alto Municipal
Code, in the event of a violation of this provision
ADA Information Persons with disabilities who require auxiliary aids oi" services in using City facilities,
services, or programs, or who require this document be provided in other accessible formats, or who
would like information on the City of Palo Alto’s compliance with the Americans with Disabilities Act (ADA)
of 1990 should contact the ADA Director for the City of Palo Alto at (650) 329-2550
Entire Agreement The agreement between City and the selected Proposer will constitute the entire
agreement of the parties hereto, and will supersede any previous agreement or understandings The
agreement may not be modified except in writing and executed by both parties
Governing Law The laws of the State of California shall govern this RFP process and the agreement All
services provided to City shall comply with all City policies, rules, and regulations, which m.ay be in effect
during the term of the agreement, as well as all federal, California, and local statutes, ordinances, and
regulations
CITY OF PALO ALTO RFP 131045 PAGE 4 OF 5
PART II - PROPOSAL INSTRUCTIONS AND SPECIAL CONDITIONS .
Year 2000 The Proposer 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 1, 2000 (including leap year calculations), and shall be
transparent to the user
CITY OF PALO ALTO RFP 131045 PAGE 5 OF 5
PART III - PROPOSER INFORMATION SECTION 300A
PROVIDE THE INFORMATION REQUESTED BELOW OR INDICATE "NOT APPLICABLE", IF APPROPRIATE
NAME OF PRPOSER (COMPANY)ADDRESS
IRS Number:
Phone/Fax Number:
A Proposer is a
[]California Corporation
[]Corporation organized under the laws of the State of
with head offices located at
and offices in California at
., proprietor
[]
[]
[]
[]
California Limited Liability Company
Sole Proprietorship,
Partnership
Limited Liability Partnership
List names of partners, state which partner or partners are managing partner(s)
B
C
D
[] Other (attach Addendum with explanatory details)
How many years have you (or your firm) done business under the name listed above?
How many years of experience similar to work or services covered in this RFP?
Provide relevant references of contracts satisfactorily completed in the last three (3) years
CUSTOMER COMPANY CONTACT/PHONE NUMBER DATE COMPLETED CONTRACT AMOUNT
(PROVIDE ADDITIONAL SHEETS, IF NECESSARY)
CITY OF PALO ALTO RFP 131045 PAGE 1 OF 4
PART III - PROPOSER INFORMATION
E
SECTION 300A
Have you (or your firm) previously worked for the City of I~alo Alto? ~ Yes, or ~ No (if "Yes", list
above, or if necessary, provide information on additional sheets)
F If applicable, provide a list of the plant(s), and/or facilities, and equipment owned by the Proposer which
are available for use on the proposed work as may be required herein
QUANTITY NAME/’rYPE/MODEL, CAPACITY, ETC.CONDITION LOCATION
(INCLUDE ADDITIONAL PAGES IF NECESSARY)
G Provide a list of the Proposer’s management staff who will manage the proposed work or services
NAME FIELD OF EXPERTISE/CAPABILITIES/EXPERIENCE
(INCLUDE ADDITIONAL PAGES IF NECESSARY)
H
I
K
Contractors license, number/type
Minority .Business Enterprises
Proposer is _, or is not~a minority, or Women, or Disadvantaged Business Enterprise
Small Business Concern
Proposer is ~, or is not~a Small Business Concern
Identify the names and business a~ldress of each subcontractor performing work, under this RFP After
opening of Proposals, no changes or substitutions will be allowed except as otherwise permitted by City
The listing of more than one subcontractor for each item of work to be performed with the words ’and/or’
will not be permitted Failure to comply with this requirement will render the Proposal as non-responsive
and may cause its rejection List all such subcontractors below, or in additional sheets, as required
NAME AND ADDRESS SCOPE OF WORK
1
2
3
4
Or, []
(INCLUDE ADDITIONAL PAGES IF NECESSARY)
Subcontractors will not perform work, provide labor, or render services in or about the work
covered by this RFP (check and initial)
CITY OF PALO ALTO RFP 131045 PAGE 2 OF 4
PART III - PROPOSER INFORMATION SECTION 300A
K Addenda
During the Proposal process there may be changes to the Proposal documents, which would require an
issuance of an addendum or addenda City disclaims any and all liability for loss, or damage to any
Proposer who does not receive any addendum issued by City in connection with this RFP Any Proposer
in submitting a Proposal is deemed to waive any and all claims and demands Proposer may have against
City on account of the failure of delivery of any such addendum to Proposer Any and all addenda issued
by City shall be deemed included in this RFP, and the provisions and instructions therein contained shall
be incorporated to any Proposal submitted by Proposer
To assure that all Proposers have received each addendum, the following acknowledgment and sign-off is
required Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity in
the Proposal
Addendum number(s) received I-’]1, [] 2, [] 3, []4, [] 5, [] 6,[] 7, [] 8, [] 9
Or,[]No Addendum/Addenda Were Received (check and initial)
The Proposer represents that it has not retained a person to solicit or secure a City contract (upon an
agreement or understanding for a commission, percentage, brokerage, or contingent fee) except for
retention of bona fide employee or bona fide established commercial selling agencies for the purpose of
securing business
M Proposer’s Designated Contact
Name Title
Phone Fax
N The firm and individuals listed below, certify that they do not discriminate in employment with regards to
age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference, that they are in
compliance with all federal,, state, and local directives and executive orders regarding nondiscrimination in
employment
P
Q
Proposer is required to provide a certificate in good standing from the State of California with its Proposal
The undersigned hereby agrees to, and accepts the terms and conditions of this RFP
Signatures (Must be the same signature(s) as will appear on Contract)
First Officer*Second Officer**
(Signature)
(Printed name of signatory)
(Title of signatory)
(Signature)
(Pdnted name of signatory)
(Title of signatory)
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
Or,
CITY OF PALO ALTO RFP 131045 PAGE 3 OF 4
PART III - PROPOSER INFORMATION SECTION 300A
R The undersigned certifies that the Proposer is not a corporation, and is not subject to the requirements of
Califomia Corporations code, and hereby agrees to, and accepts the terms and conditions of this RFP
(Signature)
(Printed name of signatory)
(Title of signatory)
CITY OF PALO ALTO RFP 131045 PAGE 4 OF 4
PART II - INSURANCE REQUIREMENTS FORM 650
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:X, OR HIGHER, LICENSED 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 COMPENSATION
AUTOMOBILE LIABILITY
COMPREHENSIVE GENERAL
LIABILITY, INCLUDING PERSONAL
INJURY, BROAD FORM PROPERTY
DAMAGE BLANKET CONTRACTUAL,
AND FIRE LEGAL LIABILITY
COMPREHENSIVE AUTOMOBILE
LIABILITY, INCLUDING, OWNED,
HIRED, NON-OWNED
PROFESSIONAL LIABILITY..
INCLUDING, ERRORS AND
OMISSIONS, MALPRACTICE (WHEN
APPLICABLE), AND NEGLIGENT
PERFORMANCE
REQUIREMENT
STATUTORY
STATUTORY
BODILYINJURY
PROPERTY DAMAGE
BODILYINJURY&PROPERTYDAMAGE
COMBINED
BODILYINJURY
EACH PERSON
EACH OCCURRENCE
PROPERTY DAMAGE
BODILY INJURY AND 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
$1~00,000
$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: BIDDER, 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 BIDDER AND ITS
SUBCONTRACTORS,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 WRITEN’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- SEE PART II, SECTION 500, FORMAL CONTRACT (SAMPLE)
SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION AND
IV THROUGH VI, BELOW
A NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER)
NAME, ADDRESS, AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER
C POLICY NUMBER(S)
CITY OF PALO ALTO RFP 131045 PAGE 1 OF 2
PART II - INSURANCE REQUIREMENTS FORM 650
D DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR
APPROVAL)
III
IV
V
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND BIDDER’S SUBMI’I-I’AL
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 CONTRIBUTING WITH ANY
OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES
B CROSS LIABILITY
C
THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSURES UDNER 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
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 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 PROVIDE CITY AT LEAST A TEN (10) DAY WRI’I-I’EN
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 300A.
Firm
Signature
Name
(Print or type name)
(Pdnt or type name)
Signature
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 RFP 131045 PAGE 2 OF 2
UTILITIES DEPARTMENT
PROJECT TITLE: VIDEO SURVEILLANCE SYSTEM
REQUEST FOR PROPOSAL (RFP) NUMBER 131045
PART III
SCOPE OF WORK OR SERVICES
PART III - SCOPE OF WORK OR SERVICES
Introduction
The City of Palo Alto is a Charter City in the State of California Palo Alto Utilities (PAU) is a municipal
utility providing electric, gas, water, wastewater collection, and other utility services to its customers The
Utilities Department is under the management of the Director of Utilities who is accountable to the City
Manager and the City Council
Request for Proposals
The Utility is requesting the submission of proposals from qualified firms.to provide a Video Surveillance
System for the Municipal Service Center (MSC) This system will be inclusive of hardware, software and
vendor support and must meet the requirements as outlined in this specification to within a 99 percentile
compliance to be considered
CPAU Background and History Information
The City of Palo Alto, Utilities Operations is composed of Electric, Gas, Water and Wastewater divisions of
the City’s municipal utility It currently serves about 28,000 customers in the City of Palo Alto, California
Currently, the City of Palo Alto has eight cameras monitoring the MSC yard Most of these cameras are
of the pan/tilt]zoom type (P/T/Z) Several of these cameras do not operate properly The cameras are
wired to the Control Room at the Utility Control Center (UCC) The cameras are displayed on a 20" Sony
video monitor They are controlled by a Vicon multiplexer
Because of the hostile environment surrounding the yard, the Kalatel Day/Night 8" Cyberdome, with the
heater/blower option is the P/T/Z camera being specified for this proposal Cameras will be installed at
the existing locations, minus the camera that is pole mounted in the rear parking lot area Additional
camera locations are included to provide adequate video coverage for the entire MSC yard
Camera Requirements (refer to Part II - Proposal Instructions and Special Conditions for "or
equal" alternate proposals)
A P/T/Z cameras are required at the following locations (see attached diagram)
UCC Building, front SE corner, to view UCC parking lot, east side of building
Re-use existing cable/conduit, use Kalatel corner mount assembly (KTA-06-12)
2 UCC Building, front SW corner, to view UCC parking lot, UCC gate and a portion
of the main MSC yard Re-use existing cable/conduit, use Kalatel corner mount
assembly (KTA-06-12)
3 Rear UCC Building, to view rear area of MSC yard Re-use existing
cable/conduit, use Kalatel pole mount bracket (KTA-07-12)
Front of Building C (MSC), to view the front gate and areas Re-use conduit, use
Kalatel exterior wall mount bracket (KTA-02-12W)
Rear of Building C (MSC), to view the rear area of yard New condUit required
from dome to building penetration, use Kalatel corner mount assembly (KTA-06-
12)
6
02-12W)
CITY OF PALO ALTO RFP 131045
Rear of Building A (Stores), NE corner, to view storage area and west-side of
Building C (MSC) Re-use conduit, use Kalatel exterior wall mount bracket (KTA-
PAGE 1 OF 4
PART III - SCOPE OF WORK OR SERVICES
7 Rear of Building A (Stores), NW corner, to view storage area, rear area of yard
and east-side of Building B (Garage), New conduit required from dome to
building penetration, use Kalatel exterior wall mount bracket (KTA-02-12W) ’
8 Front of Building B (Garage), SE corner, to view front of Building A (Stores), front
of Building B (Garage) and east side of Building B (Garage) New conduit from
dome to building penetrations, use Kalatel corner mount assembly (KTA-06-12)
9 Front of Building B (Garage), SW corner, to view west side of Building B
(Garage), and front fence area New conduit from’dome to building penetration,
use Kalatel corner mount assembly (KTA-06-12)
10 Rear of Building B (Garage), NW corner, to view rear area of yard Re-use
conduit, use Kalatel exterior wall mount bracket (KTA-02-12W)
B The existing pole mounted camera in the rear lot will be removed from the light pole All
of the existing cameras will be returned to the City for disposition 110v power will be
required at each PITIZ camera location
C The cameras must be compatible with a card access system so that they can be
programmed to interrupt their tour to monitor any gate or door once the card has been
used
Control ,Room Equipment
The Sony 20" monitor currently installed in the UCC Computer Room will be used to monitor the cameras
A Hoffman video cabinet will be wall-mounted in the rear NW corner of the Computer Room. All video
signals will be brought back to the UCC on one strand of fiber
A Additional equipment needed
¯One (1) Kalatel KTD-348-164 16 x 4 matrix video switcher
¯Include Option B in above system that will allow the purchase of the Kalatel KTD-304
keypad at a reduced cost
¯One (1) Kalatel KTD-83-16 RS422 data signal distributor
¯Ten (10) Kalatel KYA-04-12 outdoor power supplies
¯One (1) IFS R-3 series, 19" rack with power supply
¯Seven (7) IFS VT1500 WDM, transmitter on single fiber
¯Seven i7) IFS VR1500 WDM, receiver on single fiber
¯One (1) Sony 9" monitor for system playback at cabinet
¯One Sony HSR-1 digital recording unit, includes one (1) HSRA-11, 4 camera input board
¯Two (2) Sony HSRA-11, 4 camera input boards
CITY OF PALO ALTO RFP 131045 PAGE 2 OF 4
PART III - SCOPE OF WORK OR SERVICES
B The fiber should be 62 5 multi-mode type with ST Connectors One strand of fiber wiil be required
for the cameras from Buildings A, B. and C
C A new video coax (from new camera locations to fiber terminations in each building) is required
D A aerial device, to mount the cameras, is requir.ed
Installation Requirements
A Prior to installation, the vendor shall provide personnel for a pre-installation visit The purpose is
to provide for reviewing and finalizing the design and applications of the Video System
B The vendor will provide on-site installation of the Video System The vendor representative.
responsible for the installation shall remain on-site until the installation is complete The
installation will be complete when the system is completely installed, and the system functions
according to specifications outlined in this RFP This will be determined through CPAU and
vendor testing.
Training and Documentation
A Complete documentation of the system equipment should be included
B Training for users of the system will be included
Warranty and Service Requirements
A Proposers shall identify hardware and software warranty provisions, including the warranty period
included in the price of the system (any item that fails within the warranty period will be replaced
at no additional cost)
B Proposers shall price extended warranty for both software and hardware in yearly increments, to
a total of three years
C Proposer shall have a 24/7 on-call service department that can respond to after hour emergency
calls for system problems Routine service calls will be handled with a 2 to3 day turnaround
Service department shall be able to respond to calls for all equipment installed (cameras,
monitors, multiplexers, etc ) The Proposer shall identify the minimum and maximum response
times for on-site maintenance for both routine and emergency calls.
Equipment Acceptance
Acceptance of equipment hereunder shall be made by the City following delivery, installation, testing and
successful, continuous operation for a period of thirty (30) days Identify any additional cost to the City for
this acceptance provision, and also, alternatively, identify your standard acceptance period
Proposer Selection Process
In addition to the criteria listed in Part II, Proposal Instructions and Special Conditions, the evaluation of
the Proposals, and the selection of the Proposer, including any sub-Proposers, shall be based on the
following
A Favorable references from current accounts
B Prior experience in installing and maintaining video systems
CITY OF PALO ALTO RFP 131045 PAGE 3OF 4
PART III - SCOPE OF WORK OR SERVICES
C
D
E
The performance, expansion/upgrade capability, and reliability of the hardware proposed
The availability and quality of maintenance, and support services for the equipment
The price of the total system, including any software or hardware maintenance fees, extended
warranty cost, and any cost to the City for an equipment performance evaluation and acceptance
period
CITY OF PALO ALTO RFP 131045 PAGE 4 OF 4
Page 1 of 2
Lutze, Marina
From:Bourquin, Catherine
Sent:Monday, November 06, 2000 5 16 PM
To:City Staff
Subject:Cal Trans Information
IMPORTANT NOTICE
The following announcement was posted on the Bay Area Transit
Information Project web site <http.llwww.transitinfo.orgl>
Caltrain
Caltrain to Partially Shut Down for Two Weekends
Posted October 23, 2000
Caltrain will not operate service between the Hillsdale station and the San Francisco
terminal during the weekends of Nov 4 and Nov 11
The partial shutdown of the railroad is needed to accommodate extensive construction in
San Mateo, Burlingame, Millbrae and South San Francisco During the shutdown, Caltrain
will begin and end all trips at the Hillsdale station, except for stops at Bay Meadows during
racing times Caltrain will operate regular service between the Hillsdale and the San Jose
Diridon & Tamien stations
Alternatives
Passengers needing to travel north of San Mateo may opt to take SamTrans Regular
SamTrans bus service is available throughout San Mateo County and into downtown San
Francisco Due to the expected increase in passengers, buses may be crowded and some
passengers may need to stand SamTrans will be offering extra service through Route MX
between the Hillsdale Caltrain Station and downtown San Francisco, terminating at the
Transbay Terminal (First and Mission streets) Weekend MX trips will leave Hillsdale
Caltrain and the Transbay Terminal at the same times scheduled for Route KX SamTrans
also will reroute its express Route KX, which operates between Palo Alto and San
Francisco via the San Francisco airport, to serve the Hillsdale Caltrain Station Passengers
heading to destinations along El Camino Real or to San Francisco, can take Routes 390
and 391, which both connect with BART stations in northern San Mateo County Riders
also have the option of taking Route 292 (San Mateo to downtown San Francisco via San
Francisco airport)
Page 2 of 2
Regular SamTrans fares will apply However, .SamTrans will accept valid Caltrain Monthly
and 10-ride tickets as fare payment on all fixed-route buses during the partial closures
Reason for Closure
The partial shutdown of the Caltrain line will enable construction crews full access to th~
tracks for an extended period of time The crews will
-Rebuild track in San Mateo between 16th and Ninth avenues
-Replace crossties in Bur ingame and South San Francisco
- Construct a new bridge at Hillcrest Avenue in Millbrae, which will allow Caltrain to expand
to four tracks
Without the planned closure, the construction would require Caltrain to operate trains on a
single track through the construction areas, delaying passengers for up to 30 minutes
Instead of completing the construction in two weekends, single tracking would be required
for 16 weekends Please note
- SamTrans buses can only accommodate two bikes in its front-mounted racks SamTrans
will not be offering extra bicycle service Caltrain will offer its regular bicycle capacity
between San Jose and Bay Meadows/Hillsdale
- Caltrain will only stop at Bay Meadows during racing times Otherwise, service will begin
and end at the Hillsdale station For Caltrain and SamTrans information, passengers can
call 1 800 660 4287 Information also is available on the Internet at www samtrans com
and www caltrain corn
The San Francisco Bay Area Transit Information Project
http.//www.transitinfo.org/
Catherine
1 11’7/00