request for proposals (rfp)


[PDF]request for proposals (rfp) - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

0 downloads 175 Views 518KB Size

NOTICE INVITING BIDS ------------------------------------------------------------------

BID # 1553 Notice is hereby given that sealed bids will be received by the City of Culver City, California, for furnishing the following:

Digital Mobile Audio Video & Mobile Data Computer Systems

in strict accordance with the Specifications on file in the office of the CULVER CITY PURCHASING DIVISION, 4343 Duquesne Avenue, Culver City, California, 90232. Copies of specifications and proposal documents may be obtained from the City’s website at www.culvercity.org/Services/BidNotices.aspx. One original, one electronic, and three copies of the proposal must be submitted to the CITY CLERK in a sealed envelope at CITY HALL, 9770 Culver Boulevard, Culver City, California, 90232, not later than 3:00 p.m. on Thursday, November 6, 2014, at which time they will be publicly opened in the Council Chambers on the first floor of City Hall. Facsimile proposals will not be accepted. Any Bidder may withdraw his proposal, without obligation, at any time prior to the scheduled closing time for receipt of proposals. A withdrawal will not be effective unless made personally or by telephonic notification received prior to the closing date. Bids may later be referred to the City Council for appropriate action. The City reserves the right to reject any or all bids as the best interests of the City may dictate.

By: ___________________________________ Martin Cole, City Clerk

Published in The Culver City News on October 2nd, 2014.

INVITATION FOR BIDS for

Public Safety Digital Mobile Audio/Video System and Mobile Data Computer System, PE003/PZ902 Bid No. #1553 City of Culver City Public Safety (Fire and Police Departments) 9770 Culver Boulevard Culver City, CA 90232-0507 (310) 253-5600

CITY OF CULVER CITY

PE003/PZ902

BID NO. 1553

Digital Mobile Audio Video & Mobile Data Computer Systems BID #1553 I.

REQUEST SUMMARY

The City of Culver City, through the Culver City Police Department (CCPD) and Culver City Fire Department (CCFD), is seeking bids from qualified firms (hereinafter “Bidder”) to provide, install and service digital mobile audio video systems (DMAVS) and mobile data computers (MDC) for public safety vehicles. Bids are due to the City Clerk’s Office by 3:00 pm on Thursday, November 6, 2014. Only bids submitted by this deadline will be considered. As used in this Invitation for Bids (IFB), the acronym “DMAVS” will refer to any type of digital audio-video recording devices, mode of transfer, and its related backend storage solution. The acronym “MDC” shall henceforth refer to a comprehensive Mobile Data Computer solution. For the purpose of this IFB and the anticipated Agreement, "City" means the City of Culver City, and "services" means the provision, installation, and support of a complete DMAVS and MDC solution as described in this IFB. The responding Bidder may address all or parts of services requested and may include additional options which must be priced independently of the required specifications. It is the City’s intent to award a contract to the Bidder that can provide, install, and maintain approximately 27 CCPD patrol vehicles with digital in-car audio-video recording devices and approximately 55 MDC units that completely meet the specific needs of each agency (CCPD and CCFD). Additional DMVAS may be later procured for remaining bureaus (Traffic and Investigations) as funding is identified. The selected Bidder would be expected to dedicate a project manager to work with the project team on this large-scale project. Public Safety MDC units require both fixed and mounted portable computers. With the DMAVS, CCPD expects to be able to audio and video record arrests, public contacts, traffic stops, traffic collisions, pursuits, and other high-risk law enforcement activities. The selected Bidder will be invited to enter into an agreement with the City, in a form to be provided by the City, for the provision of services based upon the Scope of Work as later outlined in this IFB. The City Council has the ultimate authority to approve and authorize execution of the negotiated agreement. II.

INTRODUCTION A. Community Profile The City of Culver City (City) is a charter city incorporated in 1917. The City is governed by a five-member City Council whose members are elected at large and operates under a Council/City Manager form of government.

CITY OF CULVER CITY

Page 3 of 20

BID NO. 1553

Culver City is a full-service city located in the western area of Los Angeles County, generally situated north of Los Angeles International Airport, southeast of Santa Monica, south of Beverly Hills and southwest of West Hollywood. The City is approximately five square miles with a residential population of approximately 40,000. The total adopted budget for FY 2014-15 is approximately $181 million, of which $92 million is General Fund. B. Background Mobile data computers were first introduced to the City in December 2009, in concert with the larger project that included replacing public safety Computer Aided Dispatch (CAD) and Records Management System (RMS) software. As the City approaches the five year mark of public safety in-vehicle technology, the City seeks to enhance this program by replacing aging mobile data computer technology throughout public safety (Fire Department and Police Department) vehicles as well as integrating in-car video recording technology in Police Department vehicles. Through this IFB, it is being proposed to procure these systems concurrently to ensure seamless integration between products and into existing City infrastructure, while achieving economies of scale with maintenance and support. The City wishes to procure a complete turnkey DMAVS and MDC solution with an estimated date of December 2014 for implementation. The City is seeking a Bidder that will provide either a “commercial off the shelf” system or a customized solution, in addition to professional services for product implementation, warranty, user training, maintenance and support, and compliance with all conditions outlined in this IFB. Bidders should not assume the City can free any resources, services, staff or equipment in support of developing and implementing this system. The Bidder must deliver a fully functional product ready for operational use at the time of final system acceptance. C. General Bid Submittal Information The City’s designated staff will evaluate Bids received. During the review process, the City reserves the right, where it may serve the City’s best interest, to request additional information or clarification from those that submit bids, or allow corrections of errors or omissions. Any and all changes in the bid will be made by written addendum, which shall be issued by the City to all prospective Bidders who have been issued or obtained copies of the bid from the City’s website. The City reserves the right to retain all bids submitted. Submission of a bid indicates the Bidder’s acceptance of the conditions contained in this IFB, unless clearly and specifically noted in the bid submitted and confirmed in the contract between the City and the Bidder selected. The preparation of the bid will be at the total expense of the Bidder. There is no expressed or implied obligation for the City to reimburse responding Bidders for any

CITY OF CULVER CITY

Page 4 of 20

BID NO. 1553

expense incurred in the preparation of bids in response to this request. All bids submitted to the City shall become properties of the City and will not be returned. The City reserves the right to reject any or all bids, in whole or part, to waive any informality in any bid, and to accept the bid which, in its discretion, is in the best interest of the City. To be considered, Bidders must send one original, one electronic, and three (3) hard copies of their proposal in a sealed envelope with the name of the company submitting the proposal and the title of “Digital Mobile Audio Video & Mobile Data Computer System” to: City of Culver City City Clerk 9770 Culver Blvd. Culver City, CA. 90232 For a complete list of the City’s Bid submittal terms and conditions, legal statements, and insurance requirements, please refer to “Exhibit A” attached hereto. D. Bid Questions Questions with regard to this Bid should be submitted by e-mail to Erica McAdoo at [email protected] by Thursday, October 16, 2014. All firms sending questions will receive responses to all questions and any other addenda that may be released via e-mail by Thursday, October 23, 2014. No proposing vendor should contact any City staff member except the above listed contact by the above listed means. Failure to adhere to this restriction may be grounds to disqualify a Bidder from the selection process. E. Schedule The City reserves the right to make changes to the below schedule, but plans to adhere to the implementation of this Bid process as follows: Bid released: Deadline for receiving questions: Response to questions: Proposals due: Presentations/Interviews (if necessary): Bidder selected:

October 2, 2014 October 16, 2014 October 23, 2014 November 6, 2014 @ 3:00 pm PST Week of November 17, 2014 December 8, 2014

It is the sole responsibility of the Bidder to ensure delivery of the Bid to the designated location prior to the above listed deadline. Proposals delivered after the deadline will not be considered.

CITY OF CULVER CITY

Page 5 of 20

BID NO. 1553

III.

SCOPE OF SERVICES

The City is inviting bids for the procurement of mobile data computers and digital mobile audio/visual systems to be installed in public safety vehicles. The City expects to purchase approximately 55 MDCs and 27 DMAVS with the following breakdown of equipment. The City is looking to enter into an agreement for the provision of the Equipment and Services, which shall include (a.) assistance in the design, setup, and training of City staff; and (b.) the maintenance and support of the MDCs and DMAVS. The City prefers to enter into an agreement by which a single Bidder will provide the City with all of the services. However, the City reserves the right, in its sole discretion, to enter into agreements with multiple Bidders to provide any part of the Services. Bidders may, therefore, bid on all or parts of the Services as outlined in this IFB. A. EQUIPMENT DESCRIPTION AND PERFORMANCE SPECIFICATIONS The following equipment specifications identify specific brand and model requirements of this Invitation for Bids. Only quotations for the brand and model specified will be considered for award. The equipment being sought under this IFB includes the following: 1.

24 – Fire Department Mobile Data Computers 1.1

Brand/Model: Getac F110

1.2

Description: Intel i7- 4600U 2.1 GHz Processor, 4MB Cache, 8GB DDR3 RAM, 128GB SSD, 800 NITs LumiBond Touchscreen Display, Dual batteries, 5MP camera, 802.11AC Wireless, Bluetooth, 4G LTE, Tri Pass-thru (WWAN/WLAN/GPS), GPS, 461F Ready, -21C, IP65, WIN7 64-bit Pro, 3 Year B2B warranty

1.3

Additional Requirements:  Havis Vehicle Docking Station for Getac F110 with Triple Pass Thru

CITY OF CULVER CITY



Getac 12-16 Volt DC vehicle adaptor F110, V110 & S400



MDC Mounting Kits for 2014 Ford Explorer



MDC Mounting Kits for Ford Crown Victoria, (year model 2009 & 2010)



Gamber Johnson 3” Center-Mounted Complete Pole, (MDC mounting pole), Gamber Johnson Item # DSPOLE-CTR



Gamber Johnson keyboard trays

Page 6 of 20

BID NO. 1553

2.

3.



“Seal Shield” keyboard, USB, illuminated with trackpad, brand:, model: “Pup Glow 2”



Logitech keyboard, wireless, model: K810



“ioGear” blue tooth adapter, model: “GBU521

30 – Police Department Mobile Data Computers 2.1

Brand/Model: Panasonic Toughbook 53 (Model similar- CF532UQAYCM)

2.2

Description: Windows 7 Professional (with Win 8.1 Pro COA), Intel Core i5 4310U 2.0GHz, 14.0" HD Touchscreen LCD (800 nit), 128GB Solid State Drive, 4GB, Wi Fi, Bluetooth, DVD Super MULTI Drive, Fingerprint Reader, TPM 1.2, Backlit Emissive Keyboard, Lightweight Battery (Toughbook Preferred)

2.3

Additional Requirements:  Gamber Johnson Toughbook 53 Docking Station – No RF, with internal power supply (Model: 7160-0393-04) 

Gamber Johnson Pedestal MDC Mounting Kits for 2014 Ford Explorer



Gamber Johnson MDC Mounting Kits for Ford Crown Victoria, (year model 2009 & 2010)

27 – Digital Mobile Audio Visual Systems 3.1

Brand/Model: System

3.2

Description: Front/Rear Seat Camera system with H.264 full HD video (1080p) high-quality image resolution, and wideangle lens; 2.4 GHz audio wireless transmitter microphones with range of 800 – 1,000 feet, Wireless Transmitter Units with file recording to local/external hard drive or DVD-R; easy-to-use graphical interface to maximize officer safety and flexible evidence management in vehicle

3.3

Additional Requirements:  Panasonic Arbitrator 360° HD Video Management Software (including all required licensing) 

CITY OF CULVER CITY

Panasonic Arbitrator 360° HD Audio Video

Panasonic

Arbitrator

Page 7 of 20

360°

HD

Supplemental

BID NO. 1553

Battery/Power Management Components 

Panasonic Arbitrator 360° HD Back-end Server and Storage Components and Software Panasonic



Arbitrator 360° HD Wireless Infrastructure Solution (antennas, access points, etc.)

B. PROFESSIONAL SERVICES 1.

Mounting and Installation 1.1 Configuration and Setup: The Bidder is required to identify and provide all hardware, software and professional services required to implement the proposed solution. The Bidder is to provide professional services to install the all hardware including the wireless infrastructure, back-end server/storage, and all other systems necessary to pass user acceptance. 1.2

Installation Services: Two options will be considered for the installation of the DMVAS and MDC Units: 

Option 1 - On Site Installation. Work shall be performed in the City's Vehicle Maintenance Garage. A work bay will be provided for the Bidder’s use, which has access to AC electrical power sources and outlets for pneumatic tools. The Bidder will use their own tools. Shop management, as necessary, shall authorize use of the facility lifting devices, such as hydraulic jacks or lifts. The installation shall be performed only during times approved by the City. A liability and indemnification waiver must be signed by the approved Bidder if it chooses this option.



Option 2 - Work shall be performed at the Bidder’s facility, or a facility of Bidder’s choosing, provided that the facility must be within the boundaries of Los Angeles County. City employees will deliver police/fire vehicles needing installation to the facility.

Note Option 1 (On-Site Installation) is the City’s preferred option and will be considered as highly desirable. 1.3

CITY OF CULVER CITY

Completion of Work: The installation of the DMVAS and MDCs shall be completed within ninety (90) days after the start of the first installation. All installation work on each vehicle shall be fully completed within three (3) business days after work has commenced on that vehicle.

Page 8 of 20

BID NO. 1553

2.

Training 2.1 In order to ensure a seamless implementation of equipment and systems, during the installation process and after the systems have been initiated, tested, and proved fully operational, the Bidder shall provide training to personnel selected by the City. The Bidder is to provide separate costs (if any) associated with professional services to install the requested systems and the option to provide training to the designated City vehicle installer. 2.2

Specific to DMVAS training, the Bidder’s cost quotation is to include the cost to provide "Train-the-Trainer" training to three (3) groups of City employees: (1) Infrastructure group - IT, Police, Fire and Fleet Maintenance Staff (system repair and maintenance training); (2) Administrator responsibilities group designated Police and Fire Supervisors.

IT

and

(3) End user group - IT (help desk), Officers, Supervisors and trainers. 2.3

3.

The Bidder may conduct training with its own personnel or with outside factory authorized sources; however, in each case, the trainer must possess sufficient skill and knowledge to achieve the desired level of training in a timely and competent manner. The exact nature of the training will be finalized in discussions between the selected Bidder and the City.

Ongoing Maintenance & Support Services: The Bidder is to provide professional services to support and maintain the DMVAS and MDC units and its required technical infrastructure. It is important to have timely repairs to keep our mission-critical public safety units in the field. 3.1

CITY OF CULVER CITY

The Bidder shall provide two-, three-, and five-year break-fix maintenance options listing corresponding costs. Bidders will be expected to indicate costs associated with service level agreements for 24x7 and 8x5 next business day customer support. Service shall begin on the “go live” date agreed upon by the City and the selected Bidder. All installations shall be warranted against defects for labor, materials and workmanship for a period of not less than one year. Service

Page 9 of 20

BID NO. 1553

shall commence with acceptance of the installation by the City. The Bidder shall promptly respond to all maintenance claims within one business day after notification. 3.2

The Bidder shall provide detail on its equipment outage and parts replacement service program during the maintenance and support period, including related costs for each option (e.g. does the Bidder’s replacement program include on-site storage of spare parts in order to exchange defective components or is there a next day/two day hardware replacement guarantee).

The Bidder is expected to complete the Bid Fee Schedule matrix as a component of the Questionnaire (Section V.D.1), detailing how the proposed solution meets or exceeds the listed requirements. In its response, the Bidder is to identify any operating limitations that would impact the service agreements/warranty, and any other features not listed. IV.

BID OUTLINE TO BE SUBMITTED The Bid shall be organized and submitted with the following elements: A. Cover page B. Table of contents C. Executive summary Provide a brief summary describing the Bidder’s ability to perform the work requested, a history of the Bidder’s background and experience providing services, the qualifications of the Bidder’s personnel to be assigned to this project, any subcontractor, sub consultants, and/or suppliers and a brief history of their background and experience, and any other information called for by this request for proposal which the proposer deems relevant, including restating any exceptions to this Invitation for Bids. This summary should be brief and concise to apprise the reader of the basic services offered, experience and qualifications of the proposer, staff, subcontractors, and/or suppliers. D. Questionnaire/Response to Scope of Services Bidder shall provide responses and information to fully satisfy each item in the Questionnaire. Each question item should be presented before the Bidder’s response. E. Attachments

CITY OF CULVER CITY

Page 10 of 20

BID NO. 1553

V.

QUESTIONNAIRE A. Company and General Information 1.

Company name and address.

2.

Letter of transmittal signed by an individual authorized to bind the respondent, stating that the respondent has read and will comply with all terms and conditions of the bid.

3.

General information about the primary contact who would be able to answer questions about the bid. Include name, title, telephone number and email address of the individual.

B. Qualifications and Experience of the Firm 1.

Describe your firm’s history and organizational structure. Include the size of the firm, location of offices, years in business, organizational chart, name(s) of owner(s) and principal parties, and number and position titles of staff.

2.

What is the primary business of the parent company and/or affiliates?

3.

Which office(s) of your organization will have primary responsibility for managing this account?

4.

What is your firm’s experience providing end-to-end public safety in-car camera services (product installation, maintenance services, etc.)?

5.

What is your firm’s experience providing end-to-end public safety mobile data computer services (product installation, maintenance services, etc.)?

6.

Comment on other areas that may make your firm different from your competitors.

C. Response to Scope of Services 1.

Describe the methods by which your firm will fulfill the services required in the Scope of Services (Section III). Please provide a statement for each item affirming that you understand the requested service and agree to provide the service as requested. If there are any exceptions or proposed amendments to the requested service, the exception or amendment must be explicitly described next to the appropriate service item.

D. Fees 1.

Provide your fees for the proposed service using the Bid Fee Schedule. Note that all amounts and totals given in the Bid Fee Schedule are subject to verification by the City. Only quotes for the brand specified will be considered for award. Attachments may be included for additional detail.

CITY OF CULVER CITY

Page 11 of 20

BID NO. 1553

BID FEE SCHEDULE ITEM NO.

ITEMS DESCRIPTION

QTY

UNIT PRICE

TOTAL

BIDDER COMMENTS

MOBILE DATA COMPUTERS (PZ902) EQUIPMENT Getac F110 Fully Rugged Convertible Laptops Havis Vehicle Docking Station for Getac F110 with Triple Pass Thru Getac 12-16 Volt DC vehicle adaptor F110, V110 & S400 Gamber Johnson Pedestal MDC Mounting Kits for 2014 Ford Explorer Gamber Johnson MDC Mounting Kits for Ford Crown Victoria (Year model 2009 & 2010) Gamber Johnson 3” Center-Mounted Complete Pole, (MDC mounting pole), Gamber Johnson Item # DS-POLE-CTR

1 2 3 4 5

6

24 20 20 15 10

2

7

Gamber Johnson Keyboard Trays

5

8

“Seal Shield” keyboard, USB, illuminated with trackpad, brand:, model: “Pup Glow 2”

6

9

Logitech keyboard, wireless, model: K810

6

10

“ioGear” blue tooth adapter, model: GBU521

6

11

Panasonic CF-53 Toughbook Laptops

30

12 13 14

Gamber Johnson Toughbook Docking Stations – No RF with Internal Power Supply Panasonic CF-53 Supplemental Battery/Power Management Components Freight and Delivery Charges

30 30 ---

PROFESSIONAL SERVICES 15

Mobile Data Computer Mounting and Installation

---

16

Training

---

17

Ongoing Maintenance & Support Service: - 2-Year Break Fix Maintenance Option - 3-Year Break Fix Maintenance Option - 5-Year Break Fix Maintenance Option

---

PZ902 - Base Bid Subtotal Amount: (Items No. 1 through 17): $___________________________________________ PZ902 - Base Bid Subtotal Amount written in words: ____________________________________________________ ______________________________________________________________________________________________

CITY OF CULVER CITY

Page 12 of 20

BID NO. 1553

ITEM NO.

ITEMS DESCRIPTION

QTY

UNIT PRICE

TOTAL

BIDDER COMMENTS

DIGITAL AUDIO VIDEO MANAGEMENT SYSTEM (PE003) EQUIPMENT 18 19 20 21 22

23

24 25 26 27

Panasonic Arbitrator 360° HD Video Processing Unit (WJ-VR30) Panasonic Arbitrator 360° HD Front View Camera (WV-VC360) Panasonic Arbitrator 360° HD Back Seat Camera (WV-VC32) Panasonic Arbitrator 360° HD Audio System Digital Wireless Microphone Panasonic Arbitrator 360° HD Video Management Software (including all required licensing) Panasonic Arbitrator 360° HD Supplemental Battery/Power Management Components Panasonic Arbitrator 360° HD Back-end Server and Storage Components and Software Panasonic Arbitrator 360° HD Installation Hardware Kit Panasonic Arbitrator 360° HD Wireless Infrastructure Solution (antennas, access points, etc.)

27 27 27 64 1

27

1 27 TBD

Freight and Delivery Charges

PROFESSIONAL SERVICES 28

Mobile Data Computer Mounting and Installation

---

29

Training

---

30

Ongoing Maintenance & Support Service: - 2-Year Break Fix Maintenance Option - 3-Year Break Fix Maintenance Option - 5-Year Break Fix Maintenance Option

---

PE003 - Base Bid Subtotal Amount: (Items No. 18 through 30): $__________________________________________ PE003 - Base Bid Subtotal Amount written in words: ____________________________________________________ ______________________________________________________________________________________________

Total Base Bid Amount: (Items No. 1 through 30): $___________________________________________ Total Base Bid Amount written in words: _________________________________________________________ ______________________________________________________________________________________________

CITY OF CULVER CITY

Page 13 of 20

BID NO. 1553

2.

Describe any remaining fees not already detailed above.

3.

Outline billing and payment expectations, including timing and method of payment.

4.

If a subcontractor is being recommended for any services, please provide a company profile for the subcontractor and three (3) client references that have used this Bidder for DMVAS or MDC installations within the last 12 months.

E. References List the name, address and telephone number of references from at least three (3) recent similar projects. Include a brief description of the work provided for each reference. F. Implementation Schedule Include an implementation schedule with an estimated start date of December 18, 2014 and note key project milestones and timelines for deliverables. Identify any assumptions used in developing the schedule. G. Certificate(s) of Insurance The City will require the successful proposer to provide Certificates of Insurance evidencing required coverage types and the minimum limits. See Exhibit A for more information on the City’s insurance requirements.

VI.

EVALUATION OF PROPOSALS Proposals will be judged on the Proposer’s ability to provide services that meet the requirements set forth in this document. The City reserves the right to make such investigations as it deems necessary to determine the ability of the Bidder to provide services meeting a satisfactory level of performance in accordance with the City’s requirements. Interviews and presentations by one, several, or all of the Bidders may be requested by evaluators if deemed necessary to fully understand and compare the Bidder’s capabilities and qualifications. The adequacy, depth, and clarity of the bid will influence, to a considerable degree, its evaluation. Bids will be evaluated on the basis of the following criteria, in no particular order: 1. Qualifications & Experience

Section V, A & B

2. Questions/Response to Scope of Services

Section V, C & F

3. Fees

Section V, D

4. References & Insurance

Section V, E & G

CITY OF CULVER CITY

Page 14 of 20

BID NO. 1553

EXHIBIT A

SUPPLEMENTAL TERMS AND CONDITIONS, LEGAL STATEMENTS, AND INSURANCE REQUIREMENTS SUPPLEMENTAL TERMS AND CONDITIONS I.

Submission of a bid shall be deemed a binding offer to enter into a contract with the City. Any proposed modifications to the agreement shall be signed by the successful Bidder and returned, together with the certificate of insurance required pursuant to said Section of the Agreement within ten (10) days after the Notice of Award.

II.

All Bidders shall be presumed to understand all of the terms, conditions and requirements of the agreement as stated in the specifications and to be thoroughly familiar with the project.

III.

The selected Bidder shall be required to obtain all applicable Culver City permits and business licenses. The Business Licensing Division may be reached at (310) 253-5888. The cost of these items shall be included in the total bid price.

IV.

Any bid may be withdrawn prior to the bid opening time provided that the request is in writing and signed by the authorized representative. The withdrawal of a bid shall not prejudice the right of the Bidder to file a new bid to the time and date set for the opening of bids. No bid received after the time fixed for the bid opening will be considered.

V.

Subsequent to the bid opening, a Bidder shall be relieved of a bid due to mistakes only if the Bidder can establish to the satisfaction of the City that all of the following circumstances exist: a. A mistake was made; b. The Bidder gave the City written notice within five (5) days after the opening of the bids of the mistake; specifying in the notice, in detail, how the mistake occurred; c. The mistake made the bid materially different than the Bidder intended it to be; d. The mistake was made filling out the bid and not due to error in judgment or to carelessness in reviewing the scope of service or specifications as stated in the IFB.

VI.

The City reserves the right to seek supplemental information from any Bidder at any time between the dates of bid submission and the bid award. Such

CITY OF CULVER CITY

Page 15 of 20

BID NO. 1553

EXHIBIT A information will be limited to clarification or amplification of questions asked in the original bid. Any Bidder may be subject to personal interview and inspection of their business premises prior to award. VII.

The City reserves the right to reject any or all bids and to waive informalities and minor irregularities in bids received and to accept any portion of bid or all items of bid if deemed in the best interest of the City. In addition, the City reserves the right to do any, or all, of the following: a. Reject any or all bids or make no award; b. Issue subsequent IFB; c. Cancel the IFB; d. Remedy technical errors in the request for bids; e. Modify any requirements contained within the IFB and request revised submittals from Bidders determined to be within the competitive range; f. Award a contract to one or more Bidders; g. Accept the written bid as an offer, without negotiation and issue a notice to proceed, if applicable.

VIII.

The City reserves the right to contract with any of the firms responding to this IFB based solely upon its judgment of the qualifications and capabilities of that firm.

IX.

All materials submitted regarding this IFB become the property of the City. Responses may be reviewed by any person at bid opening time and thereafter. The City has the right to use any or all collection ideas presented in reply to this request, subject to the limitations outlined in Proprietary Information below. Disqualification of a proposer does not eliminate this right. a. Proprietary Information – Any restrictions on the use of data contained within a proposal must be clearly stated in the proposal itself. Proprietary information submitted in response to this RFP will be handled in accordance with applicable City Procurement Regulations and the California Public Records Act.

X.

The City is not liable for any cost incurred by Bidders prior to issuance of an agreement, contract, or purchase order.

CITY OF CULVER CITY

Page 16 of 20

BID NO. 1553

EXHIBIT A LEGAL STATEMENTS All Bidders must meet the following contractual and legal requirements in order to enter into a contractual agreement with the City:

I.

PROHIBITED INTERESTS a. Contractor warrants that it has not employed or retained any company or person, other than a bonafide employee working solely for Contractor, to solicit or secure this contract and that it has not paid or agreed to pay any company or person, other than a bonafide employee working solely for Contractor, any fee, percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this contract. For violation of this warranty, the City shall have the right to annul this contract without liability; b. Contractor agrees that, for the term of this Contract no member, officer, or employee of the City, or of a local public body during his/her employment for one (1) year thereafter, shall have any interest, direct or indirect, in this contract, or to any benefit arising thereof ; c. The employment by Contractor of personnel on the City's payroll will not be permitted in the execution of this contract, even though such employment may be outside of the employee's regular working hours or on Saturdays, holidays, or vacation time; further, the employment by the Contractor of personnel who have been on the City's payroll within one (1) year prior to the date of contract award, where such employment is caused by and/or dependent upon Contractor securing this or related contract with the City, is also prohibited.

II.

ANTI-LOBBYING PROVISION a. During the period between proposal / sealed bid submission date and the contract award, proposers, including their agents and representatives, shall not directly discuss or promote their proposal with any member of the City of Culver City Council or City staff except in the course of CitySponsored inquiries, briefings, interviews, or presentations, unless requested by the City; b. This provision is not meant to preclude offerors from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential offerors, assure that contract decisions are made in public, and to protect the integrity of the RFP / Bid Evaluation process. Violation of this provision may result in rejection of the offeror’s proposal.

CITY OF CULVER CITY

Page 17 of 20

BID NO. 1553

EXHIBIT A

III.

NON-DISCRIMINATION REQUIREMENTS: In addition to any other obligations set forth in the specifications, the Contractor shall not discriminate against any employee or applicant for employment because of sex, age, physical handicap, race, color, religion, ancestry, or national origin. Contractor shall take affirmative action to ensure that employees are treated during employment without regard to their age, sex, physical handicap, race, color, religion, ancestry, or national origin. Such affirmative action shall include, but not be limited to, the advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor shall post in a conspicuous place available to all employees and applicants for employment notices setting forth the provisions of this fair employment practices paragraph.

IV.

COMPLIANCE WITH LAW: The Contractor shall familiarize itself with and perform the service required under this contract in conformity with requirements and standards of the City, municipal and public agencies, public and private utilities, special districts, and railroad agencies whose facilities and services may be affected by service under this contract. The Contractor shall also comply with all Federal, OSHA, state, and local laws and ordinances applicable to any of the service involved in this Contract. The Contractor shall indemnify and save harmless the City against any claim arising from the violation of any such laws, ordinances and regulations whether by the Contractor or his employees.

V.

PROTECTION OF RESIDENT WORKERS: Protection of Resident Workers: The City of Culver City actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment.

VI.

INDEMNIFICATION / HOLD HARMLESS CLAUSE. To the fullest extent permitted by law, Contractor shall indemnify, defend (at Contractor's sole expense, with legal counsel approved by City) and hold harmless the City of Culver City, members of its City Council, its boards and commissions, officers, agents, and employees (hereinafter, "Indemnitees"), from and against all loss, damage, cost, expense, liability, claims, demands, suits, attorneys' fees and

CITY OF CULVER CITY

Page 18 of 20

BID NO. 1553

EXHIBIT A judgments arising from or in any manner connected to Contractor's or its employees or agent’s acts, errors or omissions related to this Contract. This indemnification includes, but is not limited to, tort liability to a third person for bodily injury and property damage. Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify an Indemnitee from any claim arising from the sole negligence or willful misconduct of that Indemnitee. The duty to defend referenced herein is wholly independent from the duty to indemnify, arises upon written notice by City to Contractor of a claim within the potential scope of this indemnification provision, and exists regardless of any determination of the ultimate liability of Contractor, City or any Indemnitee.

INSURANCE REQUIREMENTS All Bidders must meet the following insurance requirements in order to enter into a contractual agreement with the City: I.

Contractor shall submit duly executed certificates of insurance, with declarations page and endorsement list, which shall be provided to the City through the department administering the contract, and approved by the City Attorney, for the following: a. An occurrence based Commercial General Liability ("CGL") policy, at least as broad as ISO Form CG 0001, in the minimum amount of One Million Dollars ($1,000,000) each occurrence, with not less than Two Million Dollars ($2,000,000) in annual aggregate coverage. The CGL Policy shall have the following requirements: 1.

The policy shall provide coverage for personal injury, bodily injury, death, accident and property damage and advertising injury, as those terms are understood in the context of a CGL policy. The coverage shall not be excess or contributing with respect to City's self-insurance or any pooled risk arrangements;

2.

The policy shall provide $1,000,000 combined single limit coverage for owned, hired and non-owned automobile liability;

3.

The policy shall include coverage for liability undertaken by contract covering, to the maximum extent permitted by law,

CITY OF CULVER CITY

Page 19 of 20

BID NO. 1553

EXHIBIT A Contractor's obligation to indemnify the Indemnitees as required under the Indemnity provisions of the Contract; 4.

The Policy shall not exclude coverage for Completed Operations or Hazards; and

5.

The City of Culver City, members of its City Council, its boards and commissions, officers, agents, and employees will be named as an additional insured in an endorsement to the policy.

b. Reserved. c. Workers' Compensation limits as required by the Labor Code of the State of California with Employers' Liability limits of One Million Dollars ($1,000,000.00) per accident, if the Agreement will have Contractor employees working within the City limits. d. Reserved. II.

WAIVER BY THE CITY: City may waive one or more of the coverages listed in Section I above. This waiver must be express and in writing, and will only be made upon a showing by the Contractor that its operations in and with respect to City are not such as to impose liability within the scope of that particular coverage.

III.

ADDITIONAL INSURANCE REQUIREMENTS: a. All insurance listed in Paragraph A shall be issued by companies licensed to do business in the State of California, with a claims paying ability rating of "BBB" or better by S&P (and the equivalent by any other Rating Agency) and a rating of A:VII or better in the current Best's Insurance Reports; b. Contractor shall provide City with at least thirty (30) days prior written notice of any modification, reduction or cancellation of any of the Policies required in Paragraph A, or a minimum of ten (10) days’ notice for cancellation due to non-payment; c. City may increase the scope or dollar amount of coverage required under any of the policies described above, or may require different or additional coverages, upon prior written notice Contractor. d. If your insurance carrier charges an additional fee, you must include that amount in your project costs.

CITY OF CULVER CITY

Page 20 of 20

BID NO. 1553