Loading...
CONTRACT 7392 Vender AgreementAgreement No. 7392 Docusign Envelope ID: 05499223-D645-4E9B-8113-382BC16C166E i J Peregrine AGREEMENT NO. BY AND BETWEEN THE CITY OF EL SEGUNDO AND PEREGRINE TECHNOLOGIES, INC. Effective Date: August 30, 2025 Initial Term: From the Effective Date through August 29, 2028 (",Initial jrerrn"'). Service Fee: The following fee schedule is available to the Customer if Order Form is signed on or before September 15, 2025. In exchange of Peregrine providing the services described below and in Agreement C2M24- 64 between the City of Alhambra, CA and Peregrine executed October 29, 2024, Customer shall pay Peregrine a service fee of $80,000 annually for the Term as follows: a. $80,000 within 30 days of the Effective Date b. $80,000 within 30 days of August 30, 2026 c. $80,000 within 30 days of August 30, 2027 Users: Customer may allow an unlimited number of employees of the El Segundo Police Department to access and use the Service. �Onboarding-and Tr-aining=Services; Peregrine=will=provide-Customer-with=an-Intrudu-ctory-trainitWsEsshsn th-at provides an overview of the Service, background on accessible data sources as of the Effective Date and an introduction to the analytic capabilities of the Service. Peregrine will provide additional training, including refresher sessions and advanced training modules, from time to time upon mutual agreement of the parties. Professional Services: The initial Customer Data sources and systems that Peregrine will integrate with the Service for Customer are: Tiburon CAD, Mark43 RMS, Utility Body -Worn Cameras (BWC), Avigilon Fixed Video Management System (VMS), Flock License Plate Recognition (LPR), and Veritone. The fee schedule above includes support for up to 70 million annual LPR reads and a 30-day retention of LPR detections. The Customer is responsible for any third -party API or data access fees. Any additional data integrations or new functionality shall be subject to mutual written agreement of the parties, including with respect to fees. All additional data integration services or new functionality and corresponding fees will be set forth in a statement of work. Copyright 2022, Peregrine Technologies, Inc. All rights reserved. Copyright extends to all pages of this document. Agreement No. 7392 Docuslgn Envelope ID: 05499223-D645-4E9B-8113-3828C16C166E Peregrine June 10, 2025 For clarity, Peregrine will provide any other Professional Services and additional data Integration services in accordance with Section 7 (Extra Services) of Agreement C2M24-64. Any fees associated with the additional Professional Services or additional data integration services shall be set forth in an applicable statement of work and Customer shall pay such fees in accordance with Section 7 (Extra Services) and Section 8 (Payment by City) of Agreement C2M24-64. This Agreement incorporates the terms and conditions of competitively awarded Agreement C2M24-64 between the City of Alhambra, CA and Peregrine Technologies, Inc. executed October 29, 2024 and attached hereto ("Agreement C2M24-64"), except as follows: 1. Identification. All references to the City of Alhambra, Alhambra Police Department, APD, and "CITY" in Agreement C2M24-64 are changed to and shall refer to the City of El Segundo, CA, the El Segundo Police Department, and ESPD, respectively. 2. Insurance. Peregrine shall not commence work under the Agreement until it has obtained the insurance policies described in Section 9 of Agreement C2M24-64 and such insurance has been approved by the City of El Segundo. 3. Source System Integrations, All systems referenced for integration purposes are replaced with the data sources listed in the Professional Services Section above. 4. Pricing. Prices and price related information related to Agreement C21VI24-64 are not relevant to the City of El Segundo, CA. The subscription price for the Peregrine platform for the City of El Segundo, CA, shall be In accordance with the Service Fee Section above. 5. In the event of a conflict between the terms of Agreement C2M24-64 and Agreement No. , this document shall control and prevail. The Customer is authorized to purchase under this procurement as a piggyback agency. Peregrine By: ftnoU by: City of El S do ("Customer") By: Name: Nicholas Noone Name: Darrell George Title: President & CEO Title: City Manager Date Signed: 8/27/2025 Date Signed: Lp�-- TaxpayerlD O'k No. Attest: Name: Susan Truax, City Clerk 2 Proprietary and Confidential Agreement No. 7392 Docusign Envelope ID: 05499223-D645-4E9B-8113-382BC16C166E Peregrine June 10, 2025 ! APPROVED AS TO FORM: David King, Assistant City Attorney Sharon Brennan, Risk Manager Proprietary and Confidential Agreement No. 7392 Docusign Envelope ID: C8B7E034-B9E3-4F6A-9C29-46AB432F9311 AGREEMENT FOR PROFESSIONAL SERVICES Contract No. A' This AGREEMENT FOR PROFESSIONAL SERVICES ("AGREEMENT") is made and entered into effective as of the 1 st day of November 2024, by and between the CITY OF ALHAMBRA, a charter law city, located at 111 South First Street, Alhambra, CA 91801, ("CITY") and Peregrine Technologies, Inc., located at 71 Stevenson St. Suite 700, San Francisco, CA 94105 ("CONSULTANT'). WITNESSETH: For and in consideration of the promises and of the mutual covenants and agreements herein contained, said parties hereby agree as follows: 1. RECITALS. This AGREEMENT is made and entered into with respect to the following facts: A. CITY requires professional real-time data visualization platform services ("SERVICES"); and B. On August 27, 2024, CITY issued a Request for Proposals #2M24-21 ("RFP") to obtain professional data visualization platform services for the CITY's and based on review and rating of RFPs received, CONSULTANT was selected; and C. CONSULTANT is qualified to provide those certain services to the CITY necessary for said SERVICES; and, therefore, the Alhambra City Council has elected to engage the services of CONSULTANT upon the terms and conditions hereinafter set forth. 2. SCOPE OF SERVICES. A. CONSULTANT shall furnish to the City all labor, materials, tools, equipment, services, and incidental customary work necessary to fully and adequately perform those services described in CONSULTANT's Proposal for Services dated September 24, 2024 ("PROPOSAL") consistent with the CITY's Request for Proposals dated August 27, 2024 ("RFP") attached hereto as Exhibits "A" and "B" respectively and hereby incorporated by reference. B, Performance of the SERVICES specified herein is made an obligation of CONSULTANT under this AGREEMENT, subject to any changes made subsequently upon the mutual written agreement of the parties. Professional Services contract _1 _ Over $50,000 09/09 Form Agreement No. 7392 Docuslgn Envelope ID: C8B7E034-89E3-4F6A-9C29-46AB432F9311 C. The scope of services to ' be performed by CONSULTANT under this AGREEMENT shall include, but not be limited to, those services specified in Paragraph 2A hereof. 3. PERFORMANCE STANDARDS. While performing this AGREEMENT CONSULTANT will use the appropriate generally accepted professional standards of practice existing at the time of performance utilized by persons engaged in providing similar services. CONSULTANT shall cooperate with CITY if CITY opts to monitor CONSULTANT's services. CITY will notify CONSULTANT of any deficiencies, and CONSULTANT will have fifteen (15) days after such notification to cure any shortcomings to CITY's satisfaction. Costs associated with curing the deficiencies will be bome by CONSULTANT. 4. FAMILIARITY WITH WORK. A. By executing this AGREEMENT, CONSULTANT agrees that, to the best of CONSULTANT's knowledge and belief, CONSULTANT has (i) Carefully investigated and considered the scope of services to be performed; (ii) Carefully considered how the services should be performed; and (III) Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services Involve work upon any site, CONSULTANT agrees that CONSULTANT has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONSULTANT discover any latent or unknown conditions that may materially affect the performance of the services, CONSULTANT will immediately inform CITY of such fact and will not proceed except at CONSULTANT's own risk until written instructions are received from CITY. 5. CITY SUPERVISION. The Chief of Police of CITY, or the Chiefs designee, shall have the right of general supervision of all work performed by CONSULTANT and shall be the CITY's agent with respect to obtaining CONSULTANT's compliance hereunder. No payment for any services rendered under this AGREEMENT shall be made without the prior approval of the Chief of Police or the Chiefs designee. 6. FEE. Compensation to CONSULTANT for the total services to be rendered pursuant to this AGREEMENT shall be in an amount not to exceed $465,000 (Four Hundred Sixty -Five Thousand Dollars) to be billed in a manner described in CONSULTANT's PROPOSAL, consistent with the CITY's RFP. If any discrepancies exist between the RFP and the CONSULTANT's PROPOSAL exist, then the terms of the RFP shall control. Professional Services contract -2_ Over $50,000 09/09 Form Agreement No. 7392 Docusign Envelope ID: C8B7E034-89E3-4F6A-9C29-46AB432F9311 7. EXTRA SERVICES. Notwithstanding any other provision herein, no extra services shall be rendered by CONSULTANT under this AGREEMENT unless such extra services first shall have been authorized in writing by the CITY. Any such services so authorized shall be paid by the CITY at rates approved of by the CITY. 8. PAYMENT BY CITY. CONSULTANT shall send invoices to the City on a monthly basis, based upon the services already rendered at the time of the submission. City shall pay all proper costs within thirty (30) days of receipt of such invoice(s). 9. TERM. The term of this AGREEMENT shall be as provided for in the RFP from after the date on which the CITY issues CONSULTANT a Notice to Commence Work. CONSULTANT shall complete all those services set forth in its PROPOSAL by that certain date set forth in said Notice to Commence Work or until such time as the services have been completed by the CONSULTANT and accepted by the CITY, whichever occurs first. The CITY may extend said time of completion for delays caused by circumstances beyond the control of either party to this AGREEMENT. Should the consulting contract extend beyond the estimated time for completion of said services, CITY hereby reserves the right to continue CONSULTANT's services hereunder with any and all fees for such additional services to be compensated by the CITY at rates approved by the CITY. 10. DISPUTES AND REMEDIES. A. Claims, disputes, and other matters in question between the Parties arising out of or relating to this AGREEMENT or the breach thereof, must be resolved by the following procedure: (i) CITY and CONSULTANT will exercise their best efforts to resolve disputes through the development of a consensus. A meeting may be requested by CITY or CONSULTANT at any time for the purpose of resolving a dispute. A determination by Chief of Police will be made within two (2) weeks after a meeting to resolve the dispute; (ii) If unresolved within thirty (30) days, then City Manager, or his designee, will make a final determination; (III) Following the City Manager's final determination, the Parties may submit any unresolved matters to non -binding mediation. - The parties may, but are not required to be, represented by counsel in mediation; (iv) If the Parties do not agree to mediation, or if mediation does not resolve the Parties' dispute, the matter may be pursued in Los Angeles County Superior Court, or the United States District Court, Central District of California, if federal jurisdiction exists. Professional Services contract _3- Over $50,000 09/09 Form Agreement No. 7392 Docusign Envelope ID: C8B7E034-89E3-4F6A-9C29-46AB432F9311 B. The Parties' rights and remedies under this Agreement are in addition to any other rights and remedies provided by law. 11. TERMINATION OF AGREEMENT. The CITY may terminate this AGREEMENT upon giving a ten (10) day advance written notice of such termination to CONSULTANT. In that event, the City Manager, or his designee, based upon work accomplished by CONSULTANT prior to notice of such termination, shall determine the amount of fees to be paid to CONSULTANT for such services based upon accepted accounting practices. This finding by the City Manager, or his designee, shall be considered by the Alhambra City Council and the Council's determination shall be final and conclusive as to the amount of such fee. 12. INDEPENDENT CONTRACTOR. CONSULTANT shall act as an independent contractor in the performance of the services provided for in this AGREEMENT and shall furnish such services in CONSULTANT's own manner and method and In no respect shall CONSULTANT be considered an agent or employee of the CITY. 13. OWNERSHIP OF DOCUMENTS. All financial documents, data, studies, and reports prepared by CONSULTANT under this AGREEMENT are CITY's property. CONSULTANT may retain copies of said documents and materials as desired, but will deliver all original' materials to CITY upon CITY's written notice. CITY agrees that use of CON SULTANT's completed work product, for purposes other than identified in this AGREEMENT, or use of incomplete work product, is at CITY's own risk. CITY will indemnify and hold CONSULTANT harmless for any use of the work product other than as contemplated by this AGREEMENT. 14. PUBLICATION OF DOCUMENTS. Except as necessary for performance of service under this AGREEMENT, no copies, sketches, or graphs of materials, including graphic art work, prepared pursuant to this Agreement, will be released by CONSULTANT to any other person or City without CITY's prior written approval. All press releases, Including graphic display information to be published in newspapers or magazines, will be approved and distributed solely by CITY, unless otherwise provided by written agreement between the parties. 15. NONASSIGNMENT. This AGREEMENT is not assignable either in whole or in part by CONSULTANT without the written consent of CITY. 16. TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a valid Taxpayer Identification Number. 17. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and maintain during the term of this AGREEMENT, all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. Professional Services contract Over $50,000 09/09 Form Agreement No. 7392 Docuslgn Envelope ID: C8B7E034-89E3-4F6A-9C29-46AB432F9311 18, INDEMNIFICATION. A. CONSULTANT hereby agrees to the following: (1) Indemnification for Professional Services. CONSULTANT will save harmless and indemnify CITY and, at CITY's request, reimburse defense costs for CITY and all its officers, volunteers, employees and representatives from and against any and all suits, actions, or claims, of any character whatever, brought for, or on account of, any injuries, including death or damages sustained by any person or property resulting or arising from any negligent or wrongful act, error or omission by CONSULTANT or any of CONSULTANTSs officers, agents, employees, or representatives, in the performance of this Agreement. (ii) Indemnification for other Damages. CONSULTANT indemnifies and holds CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), Injuries, or liability, arising out of this Agreement, or its performance. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of this Agreement, or its performance, CONSULTANT will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or otherwise provided that CITY (a) promptly gives written notice of the CITY's Claim to CONSULTANT; (b) gives CONSULTANT sole control of the defense and settlement of the CITY's Claim (provided that CONSULTANT may not agree to any settlement that imposes any liability or obligation on CITY without CONSULTANT'S prior written consent, such consent not to be unreasonably withheld, conditioned, or delayed); and (c) provides to CONSULTANT, at CONSULTANT'S cost, all reasonable assistance In the defense and settlement of the CITY's Claim. B. For purposes of this section "CITY" includes CITY's officers, officials, employees, agents, and representatives. C. It is expressly understood and agreed that the foregoing provisions will survive termination of this Agreement. D. CITY does not, and shall not, waive any rights against CONSULTANT which it may have by reason of the aforesaid hold -harmless AGREEMENT because of the acceptance by CITY or the deposit with CITY by CONSULTANT, of any of the insurance policies hereinafter described in this AGREEMENT. Professional Services contract Over $50,000 09/09 Form Agreement No. 7392 Docusign Envelope ID: C8B7E034-89E3-4F6A-9C29-46AB432F931f E. The aforesaid hold -harmless AGREEMENT by CONSULTANT shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the aforesaid operations of CONSULTANT„ or any subcontractor of CONSULTANT, regardless of whether such Insurance policies shall have been determined to be applicable to any of such damages or claims for damages. F, Notwithstanding any provision of this Agreement to the contrary, design professionals shall be required to defend and indemnify the City only to the extent allowed by Civil Code Section 2782.8, namely for claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the design professional. The term "design professional" includes licensed architects, licensed landscape architects, registered professional engineers, professional land surveyors and the business entities which offer such services in accordance with the applicable provisions of the Business and Professions Code. G. The provisions of this section do not apply to Claims occurring as a result of the City's sole negligence or willful acts or omissions. 19. INSURANCE. CONSULTANT shall not commence work under this contract until CONSULTANT shall have obtained all insurance required by this AGREEMENT and such insurance shall have been approved by CITY as to form, amount and carrier, nor shall CONSULTANT allow any subcontractor of CONSULTANT to commence work on any subcontract until all similar insurance required of the subcontractor of CONSULTANT shall have been so obtained and approved. A. COMPENSATION INSURANCE CONSULTANT shall take out and maintain, during the life of this contract, Worker's Compensation Insurance for all of CONSULTANT'S employees employed to perform the SERVICES as described section 2 of the AGREEMENT; and, if any work is sublet, CONSULTANT shall require the subcontractor of CONSULTANT similarly to provide Worker's Compensation Insurance for all of the latter's employees, unless such employees are covered by the protection afforded by CONSULTANT. If any class of employees engaged in work under this AGREEMENT Is not protected under any Workers' Compensation law, CONSULTANT shall provide and shall cause each subcontractor of CONSULTANT to provide adequate insurance for the protection of employees not otherwise protected. CONSULTANT shall indemnify CITY for any damage resulting to it from failure of either CONSULTANT or any subcontractor of CONSULTANT to take out or maintain such insurance. B. COMP EI-IENSiVE ENERtL�Lj_ABi'LITY, PIOIESSIONAL LIABILITY COMPREHENSIVE AUTOMOBILE LIABILITY AND CONTRACTUAL CaENE AL LIABILITY INSURANCE. CONSULTANT shall take out and maintain during the life of this contract comprehensive general liability, products/completed operations hazard, comprehensive automobile liability Professional Services contract Over $50.000 09/09 Form Agreement No. 7392 Docuslgn Envelope ID: C8B7E034-89E3-4F6A-9C29-46AB432F9311 and contractual general liability insurance and shall protect CITY, its elective and appointive boards, officers, agents and employees, CONSULTANT, and any subcontractor of CONSULTANT performing work covered by this contract, from claims for damage for personal injury, including death, as well as from claims for property damage which may arise from CONSULTANT'S or any subcontractor of CONSULTANT'S operations under this contract, whether such operations be by CONSULTANT or by any subcontractor of CONSULTANT, or by anyone directly or indirectly employed by either CONSULTANT or any subcontractor of CONSULTANT, and the amounts of such insurance shall be as follows: (i) Commercial General Liabilt Insurance in an amount of not less than TWO MILLION DOLLARS ($2,000,000); per occurrence and FOUR MILLION DOLLARS ($4,000,000) aggregate. (ii) Professional Liability insurance in an amount of not less than TWO MILLION DOLLARS ($2,000,000) per occurrence and FOUR MILLION ($4,000,000) aggregate. (iii) omprehensive Automobile Liabilit Inslaran a in an amount of not less amount of not less than TWO MILLION DOLLARS ($2,000,000). (iv) Workers' Compensation in an amount of $1,000,000 each accident by bodily injury and $1,000,000 each employee for bodily injury by disease. (v) Cybgr Liability Ingurance in an amount of not less than TWO MILLION ($2,000,000) per occurrence and TWO MILLION ($2,000,000) aggregate. (vi) I" y;, in the amount not less than THREE MILLION ($3,000,000). C. ROOF I SURA E. The Insurance required by this Agreement shall be with insurers which are Best A+ rated, and California -Admitted, or better. The CITY of Alhambra shall be named as "additional insured" on all policies required hereunder, except for Professional Liability Insurance, and CONSULTANT shall furnish the CITY Clerk, concurrently with the execution hereof, with satisfactory proof of carriage of the insurance required, and adequate legal assurance that each carrier will give CITY at least thirty (30) days' prior notice of the cancellation of any policy during the effective period of the contract. D. NOTICE TO COMMENCE WORK. The CITY will not issue any notice authorizing CONSULTANT or any subcontractor to commence work under Professional Services contract -7- Over $50,000 09109 Form Agreement No. 7392 Docuslgn Envelope ID: C8B7E034-89E3-4F6A-9C29-46AS432F9311 this AGREEMENT until CONSULTANT has provided to the CITY Clerk the proof of insurance as required by subparagraph (C) of this article. 20. NON-DISCRIMINATION. CONSULTANT shall not discriminate in its recruiting, hiring, promotion, demotion or termination practices on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, martial status, sex, age, or sexual orientation In the performance of this AGREEMENT and shall comply with the provisions of the California Fair Employment and Housing Act as set forth in Part 2.8 of Division 3, Title 2 of the California Government Code; the Federal Civil Rights Act of 1964, as set forth in Public Law 88- 352, and all amendments thereto; Executive Order 11246; and all administrative rules and regulations issued pursuant to such acts and order. 21. UNAUTHORIZED ALIENS. CONSULTANT hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act (8 USCA 1101, at seq.), as amended; and, in connection therewith, shall not employ unauthorized aliens as defined therein. Should CONSULTANT so employ such unauthorized aliens for the performance of work and/or services covered by this AGREEMENT, and should the Federal Government impose sanctions against the CITY for such use of unauthorized aliens, CONSULTANT hereby agrees to, and shall, reimburse CITY for the cost of all such sanctions imposed, together with any and all costs, including attorney's fees, incurred by the CITY in connection therewith. 22. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of Interest laws and regulations including, without limitation, CITY's conflict of interest regulations. 23. WAIVER. Waiver by any party hereto of any term, condition, or covenant of this AGREEMENT shall not constitute the waiver of any other term, condition or covenant hereof. 24. ATTORNEY'S FEES. If litigation is reasonably required to enforce or interpret the provisions of this AGREEMENT, the prevailing party in such litigation shall be entitled to an award of reasonable attorney's fees, in addition to any other relief to which it may be entitled. 25. BINDING EFFECT, This AGREEMENT shall be binding upon the heirs, executors, administrators, successors and assigns of the parties hereto. 26. PROVISIONS, CUMULATIVE. The provisions of this AGREEMENT are cumulative and in addition to and not in limitation of any rights or remedies available to CITY. 27. NO PRESUMPTION RE: DRAFTER. The parties acknowledge and agree that the terms and provisions of this AGREEMENT have been negotiated and discussed between the parties and their attorneys, and this AGREEMENT reflects their mutual AGREEMENT regarding the some. Because of the nature of such negotiations and Professional Services contract _$- Over $50,000 09109 Form Agreement No. 7392 Docuslgn Envelope ID: C8B7E034-89E3-4F6A-9C29-46AB432F9311 i i discussions it would be inappropriate to deem any party to be the drafter of this AGREEMENT; and, therefore, no presumption for or against validity or as to any interpretation hereof, based upon the identity of the drafter, shall be applicable in interpreting or enforcing this AGREEMENT. 28. ASSISTANCE OF COUNSEL. Each party to this AGREEMENT warrants to each other party as follows: A. That each party either had the assistance of counsel or had counsel available to it, in the negotiation for, and execution of, this AGREEMENT, and all related documents; and, B. That each party has lawfully authorized the execution of this AGREEMENT. 29. MODIFICATION. This AGREEMENT shall not be modified except by written agreement of the parties. 30. GOVERNING LAW. This AGREEMENT shall be interpreted and construed according to the laws of the State of California. 31. NOTICE. Whenever it shall be necessary for either party to serve notice on the other regarding this AGREEMENT, such notice may be furnished in writing by either party to the other and shall be served by personal service as required in judicial proceedings or by certified mail, postage prepaid, return receipt requested, addressed to the parties as follows: CITY: City of Alhambra — Chief of Police 211 South First Street Alhambra, CA 91801 CONSULTANT: Peregrine Technologies, Inc. Nicholas NOOna 71 stevensan 700San Francisco, CA 94105 Tel: 650-619-0046 Fay - N/A 32. FORCE MAJEURE. Neither party shall be responsible for delays or failures in performance resulting from acts beyond the control of the offending party. Such acts shall include, but not be limited to, acts of God, fire, flood, earthquake, or other natural disaster, nuclear accident, strike, lockout, riot, freight embargo, public regulated utility, or government statutes or regulations superimposed after the fact. 33. ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE. The Parties agree that this Agreement may be transmitted and signed by electronic mail by either/any or both/all Parties, and that such signatures shall have the same force and Professional Services contract Over $50,000 09/09 Form Agreement No. 7392 Docusign Envelope ID: C8B7E034-89E3-4F6A-9C29-46AB432F9311 effect as original signatures, in accordance with California Government Code section 16.5 and Civil Code section 1633.7. 34. COMPETITIVE PROCUREMENT SELECTION PROCESS. The competitive procurement selection process by which CITY contracts with CONSULTANT may be acknowledged and used by other California government entities to replace their respective competitive procurement selection process for RFP purposes such that other government entities may contract with CONSULTANT for the same or substantially similar product(s) or service(s) without undergoing a separate competitive procurement selection process. Accordingly, the terms, and conditions of this contract executed between CITY and CONSULTANT may be used by other government entities to contract with CONSULTANT for the same or substantially similar product(s) and service(s) under either the same or a separate contract; provided for clarity that the pricing applicable to other government entities may differ depending on the nature of CONSULTANT engagement with such government entity. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be executed on its effective date by their respective officers duly authorized on their behalf. ATTEST: "CITY" CITY OF ALHAMBRA, a Charter Law City By.. ....._ , Chief of Police APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By "CONSULTANT" PEREGRINE TECHNOLOGIES, INC. 38-4083465 TAXPAYER ID # Professional Services contract _1 0_ Over $50,000 09109 Form Agreement No. 7392 Docusign Envelope ID: C8B7E034-89E3-4F6A-9C29-46AB432F9311 $19nod by, 4� "y- BY Print Name: NI''e Noone 10/29/2024 Title: President & CEO BY Print Name: Title: Professlonal Services contract Over $50,000 09/09 Form Docuslgn Envelope 10: 686C6055-E61 D-413613-13BM-0906136EA71`93 Agreement No. 7392 Table of Content 1. Executive Summa 1.1 Letter of Transmittal 1.2 Offer Letter 2. Technical Specifications 2.1 General Requirements 2.2 System Architecture 2.3 Examples of User Facing Applications 2.31 Search and Discovery 2.32 Interagency Searching 2.33 Real Time Information Center (RTIC) 2.34 Visualizations and Reporting 2.35 Network and Link Analysis 2.36 Entity Resolution / Merging Records 2.37 Real Time Alerting 2.38 Trend Analysis 3. Approach 3.1 Understanding of APD's goals and objectives 3.2 Approach for meeting ADP's goals and objectives 3.3 Delivery Schedule 4. Team Organization 4.1 Organization Chart 4.2 Training Model 4.3 Statement of Qualifications Docusign Envelope ID: 686C6055-E61D-4D5&BBC3-09D6D6EA7F93 Agreement No. 7392 1. Executive Summary September 24t", 2024 To the Attention of: Lieutenant Debbie Gomez 211 South First Street Alhambra, CA 91801 Proposal Package: No. RFP2M24-21 Proposing Firm: ,Peregrine Technologies, Inc. 71 Stevenson St. Suite 700 San Francisco, California, 94105 Authorized person to Robert COO 817- 9-79 4 rob rt r heeleriopperegrine. negotiate a contract for Wheeler Peregrine Peregrine Technologies, Inc, a corporation headquartered in San Francisco, CA, offers this proposal in response to No_ RFP2M24-21- Real -Time Data Visualization Platform. No other business entities take part in this proposal or comprise the Proponent. Docusign Envelope ID; 686C6055-E6lD4D5B-BBC3-09D6D6EA7F93 Agreement No. 7392 Dear City of Alhambra Police Department: Peregrine Technologies, Inc. ("Peregrine") is pleased to provide the following proposal to the City of Alhambra Police Department ("APD") in response to No. RFP2M24-21 - Real -Time Data Visualization Platform. Peregrine was founded in 2017 with the goal of empowering law enforcement agencies to make data -driven decisions in real time. Today, Peregrine is a rapidly growing technology company is committed to advancing public safety and providing a solution that helps law enforcement solve their most difficult problems. Peregrine's capabilities are uniquely suited for APD's requirements. Peregrine began in and continues to be focused on the law enforcement and public safety sector. Our platform has been tailored to serve the diverse needs of a department like APD, allowing civilian and sworn users across department functions to utilize the agency's valuable data to maximum effect. Peregrine is currently supporting diverse law enforcement agencies across the country - from police departments to Sheriff's offices, to state law enforcement agencies - in fulfilling on these same objectives, and is deployed in RTIC's across the country. Peregrine operates across 13 states, with more than 60 customers including southern California agencies such as LAPD, Redondo Beach PD, Glendale PD, Menifee PD, Orange County SO, Anaheim PD, Huntington Beach PD, Costa Mesa PD, Fullerton PD, Escondido PD and San Diego SO. The Alhambra Police Department seeks a single point of access to integrate, discover, view, and analyze data specifically from Spillman CAD, Spillman RMS, Flock ALPR, Vigilant ALPR, Axon Evidence.om and Laserfiche to serve as a key component in the Real Time Information Center (RTIC). Staff in the RTIC, such as investigators and analysts, need the ability to search multiple data sources simultaneously for subjects or objects of interest and quickly navigate through vast amounts of data. Next, they need to interpret and visualize findings as well as represent connections between data, such as persons of interest and vehicles. RTIC Staff and Patrol operations needs the ability to ensure universal awareness of key locations, assets, threats, and services, and then drive real-time collaboration, both for unplanned mutual aid events and planned major events. And finally, executive leadership needs real-time crime trend data and internal departmental data at their fingertips to inform resource deployment, operational decision making, and long-term strategy. Peregrine has proven experience integrating with Spillman products, Flock ALPR, Vigilant ALPR, Axon, Evidence.com and Laserfiche at other with other Law Enforcement customers across the country that will enable all the aforementioned workflows. Docusign Envelope ID: 666C6055-E61D-4D5B-8BC3-09D6D6EA7F93 Agreement No. 7392 Peregrine provides a secure and CJIS-compliant, cloud -based, data integration and analytics platform that is purpose-built for law enforcement and public safety agencies and has been approved to safely handle CJI by the CA DOJ. Peregrine is a technically mature, operationally proven software as a service (SaaS) company with the only platform that enables seamless sharing of mission -critical information with fine-grained permissions between public safety agencies. Peregrine's configurable data analytics platform enables agencies to easily integrate, interact with, and visually represent their data in real-time on any device. In addition to the technical capabilities of our software, our professional support team has extensive experience working directly with officers, analysts, investigators, administrative personnel, executive staff, and senior leaders. Our team is ready to meet the needs of APD with the agility and flexibility that is required to support the rapid changes in law enforcement technology and mission landscape. Thank you for your time and consideration. We look forward to partnering with APD on your upcoming RTIC and other pressing data challenges. My contact information and the contact information of our primary contact for this RFP are listed above. Please do not hesitate to reach out with any questions. Sincerely, Docusign Envelope ID: 686C6055-E61D-4D5B-BBC3-09D606EA7F93 Agreement No. 7392 2. Technical Specifications PLATFORM must be a web -based interface that automatically establishes connections and relationships between data elements within and across disparate systems: PLATFORM should,offer pre -built connectors that allow for seamless integration with critical existing systems including: Spillman CAD, Spillman RMS, Flock ALPR, Vigilant ALPR; Axon, Evidence.com, and Laserfiche. These pre- built connectors should ensure data available in the PLATFORM incomplete, accurate, and always up to date. YES Peregrine is a web -.based platform includes powerful knowledge graphs — automated ways to connect and visualize the relationships between people, places, events, vehicles, and other data elements, Peregrine's platform also automatically extracts links from both structured'and unstructured data, including handwritten documents, to illuminate connections between people,places, events, documents, and media data without requiring manual processing. YES Peregrine offers pre -built connectors that will allow for a seamless integration of criticaLAPD systems including: Spillman CAD, Spillman RMS, Flock ALPR, Vigilant ALPR, Axon Evidence.com, and Laserfiche.. These pre -built connectors will ensure all data in the platform is Complete,,accurate and always up to date. Additionally, these pre -built connectors remove any need for AP IT to build and maintain any interfaces that translate data from source system schema to the Peregrine schema. Docuslgn Envelope ID: 686C6055-E61D-4D5B-BBC3-0906D6EA7F93 Agreement No. 7392 PLATFORM should offer seamless integration with Alhambra Police YES Department's existing single -sign -on and multi -factor authentication services. PLATFORM should have the flexibility to change desired data model over time without needing to build and maintain additional interfaces or make any changes to underlying source systems and the way it stores or represents information. Peregrine seamlessly integrates with any existing single sign -on provider, providing users a familiar, secure sign -on experience, and administrators single - source control over access to multiple applications within your network YES The Peregrine platform features a dynamic data model layer that allows customers to customize and change their desired data modetto agency needs, which may change overtime. Changes in the peregrine data model layer do not require making any chances to the data model/schema of underlying source systems from which Peregrine integrates data. Docuslgn Envelope ID: 666C6055-E61D-4D5B-BBC3-09D6D6EA7F93 Agreement No. 7392 PLATFORM should offer desktop, laptop, tablet, and mobile device -accessible versions of those integrated applications so that they can be accessed by authorized users wherever and whenever they are needed. YES The Peregrine platform is available via all common web browsers on both MAC and PC operating systems on Desktop, Laptop and Tablets. Peregrine also offers a dedicated iOS and Android mobile application for mobile devices and tablets. This ensures the application can be accesses by authorized users wherever and whenever they need to. Docusign Envelope ID; 686C6055-E61D-4D5B-BBC3-09D6D6EA7F93 Agreement No. 7392 PLATFORM should have the ability to I-urttler aata sources can ano Integrated accommodate future so mare ap libations YES into Peregrine as they are identified. Many that City may acquire of our customers identify new data sources after impternentati tl has begun or after if has finished as they 'discover ways to snake ail their data actionable. Docusign Envelope ID: 686C6055-E61 D-4D5B-BBC3-09D6D6EA7F93 Agreement No. 7392 Vendor shall provide cybersecurity Peregrine carries cyber insurance from insurance. YES reputable carriers and is able to provide documented coverage commensurate with the City's requirements. Docusign Envelope ID: 686C6055-E6lD-4D58-BBC3-09D6D6EA7F93 Agreement No. 7392 �L2 Sy jtgM r Data integration is the foundational capability that underlies the scope of services requested in this RFP. To have a single point of access for all of APD's major data sources for the RTIQ as well as investigations, patrol, crime analysis and command staff, a proponent must specialize in the complex process of data integration in such a way that serves the specific needs of law enforcement. Peregrine has developed public -safety focused data integration and operations platform. To integrate data, Peregrine's software does three things: connect, ingest, and model. Below is an architecture diagram of Peregrine, which outlines the Platform and the way in which it connects to customer networks and data sources. Peregrine 7edmbales ClIS Nelwayk Olegrntn Foe OlRdal Uee Only RnV.09/1712024 ON RVna Vi I .. HIM) Inge>ted over the IV— V.l using a road..IV VW lry sleni account (ar aeshao-prem6se data PJX P�me g IN A.%T tlwdatipiu9 Hy on&red.WV.11y ae da Iminr Ira [6.lha IV— Wn 6to only Via ouVwrlsed Jets pppwpdiry I I Ing 11n "1.In W Inlegsated. 1..oplgZ TIko 4N-Ito the IP—"..twl launMgIGINM{htltlggkdbnn w[mWw`m. purmnnM@dm ww#YYenm.r'crnrsWVawnnd. db,TµWM"µM1CnA wcCe'fm PcrePflne oppllwtloR urin®4T7THu' P.'arvfvgnfld Ieue poX@ AMiWd.Fectat AuenwwHypgi.Pa Qrwlu d',rrpaa Gu,yd hmnxslrMadg ems fil pmlm�rPlRM adsMg wd PkN CA1 mwPden9 Cloud aPl yWM ¢gAaprt+F^nhk WcNes ae a dl¢tlWtlenYWYu POeWm"ypCAdpb7s lG ldi AApdE amNnwVYJrtf PplTVgglAtawRMenWV HTIPS nmAWMurN'1 glKq,k,,eway kUle: Aahlly 7r.W,amrveamrtlsdadgrmOWd"4k'.udXmar.'R9Jrurtmrtrow Jn1 w 1 WIN. Prm�JAW, 5351p Mw fta* AWp,Jn,PIW5.177 ompWnl 5ymmalrk AE545fi,mypllmr: NISTfn aalMlated4alldall nCertlffGWPar Enrrypden ln-Tft wWn nWi AiCk9Y0Pa � ±+�snlb_,l HtlpsJ/aPPPeregrina,b '.. ¢s React mapbox Re0rt1ava5MpP 031aba5vlp@ Maphaahpl W.1,Vtpwaer Weil PAobge alenl Connect The Peregrine platform includes a wide range of pre -built and highly configurable connectors that allow for seamless connection to any type of underlying database or data store, including ones for all of the specific data systems that APD has identified, and future systems should APD identify more you want to integrate. These connectors range from mechanisms to interact with simple SQL stores, more modern application programming interfaces (APIs), and more complex source types, such as information sent to email inboxes and exchange servers. Docusign Envelope ID: 686C6055-E61D-4D5B-BBC3-09D6DBEA7F93 Agreement No. 7392 Ingest Once connectivity with an external system is established, the Peregrine platform provides built-in capabilities to ensure data ingested from those systems are: 1. current and up to date, 2. complete and include all expected data, and 3. correct such that data appears as expected by end users.. The Peregrine platform utilizes proprietary strategies that ensure successful ingestion of structured, unstructured, and semi -structured data. This allows for tailoring the data ingestion process in a manner that is most appropriate to the data source and use case - whether that entails ingesting all data at once, ingesting only new data, or ingesting incremental slices of the data. Additionally, the Peregrine platform features automated data health checks and notifications of any ingestion failures to ensure the fidelity of data currency, completeness, and correctness. Docusign Envelope ID: 686C6055-E61 D-4D5B-8BC3-09D6D6EA7F93 Agreement No. 7392 2.3 Examples of user facing applications Peregrine's search and information discovery capabilities make all relevant information immediately accessible. Officers and civilians can quickly navigate through vast amounts of data, then interpret and visualize findings through several front-end applications. With "universal search", APD users are empowered to ask questions and find answers that were previously unattainable. Peregrine search is intuitive to use, allowing personnel of varying technical abilities, skillsets, and functions to surface information that is relevant to them and streamline their unique search workflows. Any search within Peregrine can be saved and then further refined for a derived search result, either at the time of the original query and to be returned to and searched again later. The platform is designed to be walk-up usable; new users of the platform can immediately surface, analyze, and action data by navigating the platf+orm's intuitive user interface and applications. These users have multiple ways to surface and view relevant information, allowing them flexibility to approach questions and decisions in ways that best suit them. These features mean that users arrive at answers more quickly and with greater accuracy,.saving time and effort. Users can search based on extensive criteria, including but not limited to, name, date -of -birth, SSN, address, moniker, driver's license number, registered vehicles and guns, and much more. Docusign Envelope ID: 686C6055-E61D-4D5B-BBC3-09D6D6FA7F93 Agreement No. 7392 L R nx'm� *mow*. ^YMgIC�MW. ^,.:a*�r ki,hMMWRdq': yid& III[.. s.w-- UK *10WW'ffA'" "A "^`*Oftw:: urtR v�MraKwrww!w 40OW�R, w ou.i�....gw, a+fig flmrAO# vrv7k—'" �1� VA~ Model The Peregrine platform models ingested data into a dynamic "ontology" or data model, a configurable schema that can transform source system data to be maximally useful to end users. This method allows users to search, retrieve, and view data in easy -to -understand concepts (e.g., persons, vehicles, cases, etc.) and automatically links information across different data sources (e.g., persons reflected in an RMS and a traffic system). Docusign Envelope ID: 686C6055-E61D-4D5B-BBC3-09D6D6FA7F93 Agreement No. 7392 Within the platform, databases from multiple contributing agencies are integrated, modeled, cleaned (linked, deduplicated, etc.) in real-time, near -real-time, or on periodic cadences via a web -based, configurable data integration pipeline management console. All data extraction, transformation, and modeling are performed via a modern, fully interactive web -browser interface that includes an extensive set of modern, open Application Programming Interfaces (APIs) made available to APD at no additional cost. These APIs feed all agency data into Peregrine's off -the - shelf front-end search and analytical applications, or an unlimited number of third -party systems as required or desired, enabling users to access the information they need in the format they need it without constraint. In addition, Peregrine's off -the -shelf search applications can be configured to display in multiple formats or interaction styles for individual users, teams/groups, or the entire agency. Peregrine's search functions are backed by granular security and permission control rules that are configured down to the individual record or field value, to ensure end users across a variety of agencies or job functions can access all available data in near -real-time in accordance with their permission level. The platform enables geo-temporal "search, around" as well as network -based "search around" capabilities that offer a wide range of exploratory capabilities to the user. If a user inputs or selects an entity, they can search around for other entities or activities that have occurred in the same area, around the same timeframe, or using a detailed variety of filtering criterion including keyword searches or matches on specific field values. Law enforcement agencies know that crime doesn't stop at jurisdictional boundaries. To adequately address crime that crosses jurisdictional boundaries, local police departments, county Sheriff's offices, and even federal agencies must coordinate to solve and prevent crimes. Today; when an agency wants to collaborate or share information with its partners, often based on an exigent need in an investigation, it must endure a long, drawn -out process that's time consuming, cumbersome and inefficient. In addition to searching and visualizing APD's own data, Peregrine also provides the ability to search and share data across other current and future Peregrine customers in the San Gabriel Valley, Los Angeles County, Orange County even if they are all on different underlying technologies. These include but are not limited to Los Angeles PD, Glendale PD, Redondo Beach PD, Orange County SO, Anaheim PD, Fullerton PD, Costa Mesa PD and Huntington Beach PD. This kind of data sharing is contingent upon an MOU between the respective agency head which will also govern exactly which data is shared. An example search of a keyword in just one agencies data returned 189 results Docusign Envelope ID: 686C6055-E61D-405B-BBC3-09D6D6EA7F93 Agreement No. 7392 An example search of the same keyword expanded across multiple agencies data returned 976 results "- w Peregrine was developed to provide a common operations and intelligence picture to facilitate real-time operational decision -making, enhance investigatory capabilities, streamline criminal analysis, and generate intelligence products for Law Enforcement. The software creates an extremely efficient method for turning large amounts of raw data into useful decision -support and analysis products, quickly and with significant reduction in manual manpower processing needs. The Peregrine platform offers a complete operational ,picture of data points and video feeds across any data that is integrated into the platform. Data, and video feeds can be displayed and explored through configurable maps, dashboards, reports, tables, link charts, and several search mediums. The Peregrine platform can combine multiple data/video feeds for display on a video wall. Live data and video feeds can be displayed side -by -side in one or multiple views, and/or layered onto the same interface view. Peregrine can also stream real-time video feeds without duplicating or increasing media storage costs. Docusfgn Envefope ID: 686C6065-E61D-4D5B-BBC3-09D6D6EA7F93 Agreement No. 7392 The Peregrine platform provides a powerful suite of tools for the exploration, visualization, and reporting of data. These tools allow users to create dynamic data products and reports — such as interactive maps, network graphs, and dashboards — that automatically update as new data ftows into the platform. APD users can smoothly move data across a single platform, viewing the same data in on a map, in a network, or on a dashboard without having to log into different systems or applications. Peregrine's platform generates various styles of printable reports typical for LE agencies including subject profiles, vehicle reports, spotting reports, intel reports, printable dossiers for any record type, printable dashboards, charts, maps, and user -generated analytical products such as slide -based presentations. Peregrine's Dashboarding and Charts applications enable users to build advanced visualizations including time -series comparisons, diagrams, and tabular summaries, backed by multiple underlying information sources that are accessible in one place. Dashboards can be configured to update in real-time or can be distributed as scheduled reports on a periodic cadence. Chart and dashboard visualizations are directly connected to all underlying data in the platform, empowering users to perform drill -down analysis from high-level statistics to the most granular information within the same interface. 8 Docusign Envelope ID: 686C6055-EB1D-4D5B-BBC3-09D6D6EA7F93 Agreement No. 7392 Peregrine's platform has a full investigative workspace that can be deployed for a variety of purposes. Data can be integrated from any application (dashboard, chart, map, network, or table) within a workspace. A workspace can be comprised of one or multiple interoperable applications organized as tabs in a single web browser window. A workspace can also be opened and manipulated in multiple browser windows at the same time. Templated workspaces can be created by administrative users with a set of "out of the box" workspace tabs such as a blank map, a blank network graph, and a blank browser. Templated workspaces can be leveraged by other users to quickly create investigative workspaces or workspaces for any variety of operational purposes. All applications within a workspace are backed by search functions that can retrieve entities from the entire corpus of data that is integrated into the platform across all LE agencies. Users can create an unlimited number of workspaces for their investigations, analyses, operations, or projects. Users can invite collaborators within and across multiple agencies to join a workspace and co -work in a real-time, web -based setting. Multiple collaborators can work in the same workspace at the same time while maintaining security controls such that each user can only see and access information in accordance with their permission settings. Docusfgn Envelope ID: 686C6055-E61D-4D5B-BBC3-09D6D6EA7F93 Agreement No. 7392 Peregrine's platform includes powerful knowledge graphs — a visual representation of connections between data like persons of interest and vehicles. That data can then be seamlessly represented geopatially as well, with all the fine-grained permissions to ensure appropriate access and usage while ensuring all legal, ethical, and regulatory boundaries are maintained. The platform' knowledge graph acids in the discovery and visualization of connections between otherwise disconnected data. Peregrine's platform also automatically extracts links from both structured and unstructured data, including handwritten documents, to illuminate connections between people, places, events, documents, and media data without requiring manual processing. For example, an address written in narrative form within a scanned document can be automatically linked to a person living at that address or to a vehicle registered there. .. .. • "" r Fragmented records make it hard to find what you're looking for. When an investigator opens a search, searches for a person, and sees 40 records, it's hard to know which one will have the data they need so they have to open all of them to be sure. Similarly, the fragmentation makes it harder to find all records related to a single Person. Without entity resolution, there's no way to see all "John Does" cases if there's dozens of "Jon Doe's," each with their own cases. Both problems are solved by Peregrine's entity resolution system, which identifies similar records from different source systems and merges them into a single, unified record. This unified record retains full auditability and allows for the review of the original source system records. Additionally, the system offers fine-grained configurability and permission controls to manage user access to resolved records. Peregrine uses advanced techniques to enable record resolution and allows agencies to define resolution criteria tailored to their specific needs. Records can be merged by the system as part of the data integration pipelining process where multiple databases are integrated and transformed into a single set of modeled records. Advanced techniques including deployment of machine learning models identify matched records can be leveraged to detect duplicates and merge them together when there is assurance of a match, eliminating significant manual labor. Entity resolution can also be conducted in user - driven manners by selecting and merging two or more entities into a single record within Peregrine's front-end applications. For example, a user can select two person records in a network graph and choose to resolve them. Upon resolution, all field values from the separate records are collated into one master record, and all links from the separate records are linked to the newly resolved record. , : 7 ' a -tr': e ,Ale"n With all data centrally located, users can receive real-time notifications when events occur, evolve, or when new entities enter the system. Alerting is configurable in geographical contexts (e.g., example, a user can draw a polygon around a neighborhood and set an alert if particular types of activity occur within the defined area) or using links (e.g., a user can set an alert when persons meet a threshold for frequent offender status). Peregrine's alerting technology can notify users or user groups via email, text, or push notification on a mobile device. Agreement No. 7392 Docusign Envelope ID: 696C6055•E61DAD58-BBC3-0906D6EA7F93 Peregrine's platform notifies authorized users when new information is added to the system in a variety of manners. At the database level, authorized users can trace every integration of every record, and the insertion or expungement of records within the platform in real-time. Within the platform's user -facing applications, users can click on any Entity to review the entire timeline of additions, deletions, or modifications. Authorized users can set alerts on specific entities to be notified when new information is added to the entity, or when a new entity is linked to the entity. Authorized users are also able to configure advanced search criterion to be notified any time new information is added to the system that matches their criterion. By centralizing data — and all associated metadata — from data systems, users can understand and surface trends over time. Through an intuitive interface, users can analyze how, e.g., calls for service or types of incidents vary by day of week and time of day. Peregrine supports robust search and query capabilities at the day of week and hour of day level, enabling users to conduct analysis over specific units, in specific shifts, at specific locations. As a result, organization can make more informed, data -backed resourcing decisions to meet mission outcomes more effectively. Docusign Envelope ID: 686C6055-E61D-4D56-BBC3-09D6D6EA7F93 Agreement No. 7392 3• Approach The Alhambra Police Department (APD) seeks a single point of access to integrate, discover, view, and analyze data specifically from Spillman CAD, Spillman RMS, Flock ALPR, Vigilant ALPR, Axon Evidence.om and Laserfiche to serve as a key component in the Real Time Information Center (RTIC). Staff in the RTIC, such as investigators and analysts, need the ability to search multiple data sources simultaneously for subjects or objects of interest and quickly navigate through vast amounts of data. Next, they need to interpret and visualize findings as well as represent connections between data, such as persons of interest and vehicles. RTIC Staff and Patrol operations needs the ability to ensure universal awareness of key locations, assets, threats, and services, and then drive real-time collaboration, both for unplanned mutual aid events and planned major events. And finally, executive leadership needs real-time crime trend data and internal departmental data at their fingertips to inform resource deployment, operational decision making, and long-term strategy. Peregrine's capabilities are uniquely suited for APD's requirements, as we have proven experience with integrating Spillman products, Flock ALPR, Vigilant ALPR, Axon Evidence.com and Laserfiche with other law enforcement customers across the country, supporting all the aforementioned workflows above. Peregrine is currently supporting diverse law enforcement agencies across the country —from police departments to Sheriff's offices, to state law enforcement agencies --in fulfilling on these same objectives and is deployed in RTIC's across the country. Peregrine operates across 13 states, with more than 60 customers including southern California agencies such as LAPD, Redondo Beach PD, Glendale PD, Menifee PD, Orange County SO, Anaheim PD, Huntington Beach PD, Costa Mesa PD, Fullerton PD, Escondido PD and San Diego SO. M Peregrine will leverage pre -built connectors that will be leveraged to seamlessly and quickly integrate with Spillman CAD, Spillman RMS, Flock ALPR, Vigilant ALPR, Axon Evidence.com and Laserfiche to ensure this process is smooth and efficient. Once integrated, the platform provides an intuitive user interface that will enable personnel to efficiently leverage data across a variety of use cases, including but not limited to: • Agency -wide search and information retrieval • Real-time situational awareness, alerting, and analysis • Crime and heat mapping • Network analysis Docull Envelope ID: 686C6D55-E61D-4D5B-BB03-09D6D6EA7F93 Agreement No. 7392 • Investigations • Resource planning and optimization • Customized and automated reporting, dashboarding, and requests for information • Form and template creation Transparency and community engagement • Secure collaboration, information sharing, and messaging The Peregrine team has decades of experience building enterprise software alongside government and non -government entities. We have partnered closely with law enforcement agencies across the country to bring cutting -edge technologies to vital public servants while recognizing and respecting the critical security, privacy, and transparency principles that communities require from government agencies. Our team is primarily composed of world -class, Silicon Valley -based engineers (>50% of headcount) and is quickly expanding as we near 100 employees. Additionally, our professional implementation, training, and support teams have extensive experience working directly with officers, analysts, investigators, administrative personnel, executive staff, and senior leaders. Each Peregrine platform implementation consists of four steps to maximize success and impact at the outset of our partnership. These steps typically enable implementation and use within 90 days.* MILESTONES DELIVERY DELIVERABLE . Data integration, Data Modeling, and User Discovery Dept , platform .- integrate, validatedata sources Configure.controls review I uct 46Aay steering committee a 4. Cperationalization and Next fps ii'w1'onth 3 11; Continue collecting feedback and improve user workftgw . Validate work based on actionable results . identify next steps 4, Conduct p-day steering committee review (quarterly thereafter) * Integration timelines provided are from date of access to relevant networks and data sources. Docusign Envelope ID: 686C6055-E61 D-4D5B-BBC3-09D6D6EA7F93 Agreement No. 7392 Peregrine will be the only firm engaged as part of this proposal. Within Peregrine, there will be two key staff members who will coordinate work and communication between Peregrine and APD. Peregrine's Deployment Strategist (DS) assigned to APD will be the initial point of contact and source of communication. The DS will communicate and coordinate with IT stakeholders and operational stakeholders, assuring successful progress on the implementation plan including gaining data access, building data pipelines, designing data models, conducting Quality Assurance, scheduling training, and configuring the platform to meet the Success Criteria and the other needs of APD that arise. After initial data is integrated, modeled, and configured, the Deployment Strategist with bring in Peregrine's Training team to conduct in -person trainings as well as provide access to the on - demand, learning management system. After implementation is complete, Peregrine's Customer Advocate (CA) will step in to the role as the primary source of communication and point of contact. The CA will be responsible for the continued pursuit of Success Criteria, coordinating further training, gathering and responding to feedback, and assuring the long-term success of the partnership. DocusignEnvelope ID: 6B6C6b55-E61D-4D5B-BBC3-09D6D6EA7F93 Agreement No. 7392 4. Team Organization Organization chart of proposed team indicating the role each primary team member will fulfill; Executive Support/Escalation PathI Robert Wheeler ........................................................... .. • • A A ................................... Primary Contact Peregrine's implementation and training teams consist of software engineering, product development, human -centered design, user engagement, and training experts. While a deployment strategist or a customer advocate may be the lead of our work with Alhambra at any given time, there is a team of people behind them that will have the skills and context to step in to support the implementation and ongoing support should need be. The Peregrine implementation team will be ready provide continuous support and collaborate closely with APD to provide use case development, data modeling, data integration, training curriculums, use case/workflow development, and continuous support. This team is committed to ensure that the Peregrine platform is quickly deployed, securely configured, and adopted for its intended purpose and generates outsized value for APD personnel and stakeholders. Peregrine will not be using any subcontractors for any and all work. At Peregrine, we deliver a unique approach to training and user adoption that ensures everyone in the agency achieves maximum value from the platform. We begin every partnership with a crisp articulation of each customer's goals, priorities, and outcomes they hope to achieve using Peregrine. We call these goals Success Criteria (SC). Docusign Envelope ID: 686C6055-E61D-4D5B-BBC3-09D6D6EA7F93 Agreement No. 7392 All Success Criteria must: • Be measurable; • Articulate what value we'll provide to our customers through tangible outcomes; and • Explain, tactically, how we will provide that value through our platform's myriad capabilities. Success criteria allow us to concentrate on the customer's top priorities and deliver customized training to meet the customer's needs. Our various training programs include on -site classes, remote classes, on -site deskside sessions for individual users, scheduled webinars, in -field training, and various video and written content made available through a fully featured Learning Management System. Aakash Pattabi Deployment Lead Aakash Pattabi is the Head of Implementation at Peregrine Technologies, where he leads a team of deployment strategists to implement the Peregrine Platform, build data integrations, configure software, and develop workflows side -by -side with end users for Law Enforcement and State & Local Government clients. Prior to joining Peregrine, Aakash was a consultant at the Boston Consulting Group where he supported Fortune 00 companies in building and launching software startups. He holds an MS In Computer Science specializing in Artificial Intelligence and a BA in Economics from Stanford University, Fremont PD (CA) deployment • Launched Peregrine's deployment with Fremont PD starting in April of 2021. Went live over the summer of 2021, integrating data from CAD, RMS, CCTV Cameras, ALPR, and other enterprise data sources • Developed patrol planning, Organized Retail Theft reporting, Intelligence Led Policing, and Real Time Information Center workflows with FPD Contact: Crime & Intelligence Analysis Manager Johanna Canaday (`canada fremont ovj Orange County SD (CA) deployment • Launched Peregrine's deployment with the Orange County Sheriff's Department in May of 2023. Went live in the fall of 2023, integrating data from CAD, RMS, ALPR, Evidence, Warrants, BOLOs, JMS, Personnel Records, and other enterprise data sources • Developed litany of operational workflows across Real Time Operations Center, SAFE Bureau, Custody Command, and Field Operations Command, including novel way of normalizing and forecasting NIBRS offense trends for executive leadership • Contact: Technology Asst. Deputy Director Joe Giese () ese aosheriff.gov) Docusign Envelope ID: 666C6055-E6lD4D5B-BBC3-09D6D6EA7F93 Agreement No. 7392 Paige Burley Head of Training & Customer Advocacy Paige Burley is the Head of Training & Customer Advocacy at Peregrine Technologies where she creates training across all roles at law enforcement agencies, ensuring virtual or in -person options are available & focuses on specific law enforcement workflows. Before joining Peregrine, Paige was the Director of Training for Vigilant Technologies at Motorola Solutions, developing certified training for over 1,000 agencies across the country on ALPR. She came into police technologies after working as a regional crime analyst In Northern California, as well as real-time crime center analyst at Houston Police Department & Harris County Sheriff's Office. Huntington Beach PD (CA) Deployment • Onboarding training completed in March 2024, continued support. • Trained 181 sworn/non-sworn over 15 sessions. Included Power User Training, Patrol Mobile App • Training, Investigator, & Command Staff training to ensure content was appliable & designed for each specific group. • Aided in connecting HBPD to technical teams to usher in additional data sources, as well as help connect & integrate regional data from neighboring agencies. • Contact: Captain Oscar Garcia (ogarcia@hbpd.org) Albuquerque PD (NM) Deployment • Onboarding training completed in December 2022, continued support. • Trained 177 sworn/non-sworn over six sessions. Worked with ABQ PD to ensure their specific workflows (their version of Compstat, investigative uses, train the trainer) were brought through in Peregrine sessions, listening to their specific needs of the platform. • Usage is up 180% year over year, as well having weekly users consistently rising in 2024. • Contact: DC. Jon Griego, fl rieao@ca ao Docusign Envelope ID: 686C6055-E61D-4D5B-BBC3-09DBD6EA7F93 Agreement No. 7392 5. Cost Proposal APPENDIX COST PROPOSAL City of Alhambra Real Time Data Visualization Platform Pricing Estimates Pricing Estimates, Hosted / Software -as -a -Service 1. Software Licensing Not applicable Other than or in addition to annual subscription. 2. Third -Party Licensing (if applicable) Third Party API or data fees may apply* Discuss pricing for any recommended third -party solutions. 3. Implementation $0 Training, user adoption, travel expenses, initial installation, scoped data, conversion, scoped integration, etc. 4. Annual Subscription, 5 Years Includes operating and maintenance, support, data conversion, data integrations to meet project objectives Year One $93,000* Year Two $93,000* Year Three $93,000* Year Four $93,000* Year Five $93,000* 6. Total Five Years $465,000 *The annual fee per year, $93, 000/yr, is subject to modification such that the total five year amount is no less than $465, 000 This proposed fee schedule constitutes a firm offer for a 90-day period from the RFP due date. Docusign Envelope ID: 686C6055-E61D-4D5B-BBC3-09D6D6EA7F93 Agreement No. 7392 Based upon the scope outlined in RFP No. RFP2M24-21for a real time data visualization platform for Alhambra Police Department, Peregrine proposes a firm -fixed price software license fee of $93,000 per year. The initial implementation fee will be waived with a multi -year commitment. This license includes all ongoing support, data integration maintenance, workflow development, and user training to support the scope of this work. Peregrine will not charge for travel or other miscellaneous expenses. The total for years one through five shall not exceed $465,000 due to Peregrine for the scope of this project. The contract shall run for a period of five years with payments due annually upon the contract anniversary. The initial payment shall be due next 30 days from receipt of invoice. ATTEST: /I1111DocuSigned by: Name: Rob Wheeler Title: Chief Operating Officer Docusign Envelope ID; C8B7E034-89E3-4F6A-9C29-46AB432F9311 v .. C p O r.. _ 0 o M_ 3 0 o o 'g aj 3 b N ',gm, O R. p v O 0 O n O A4 V N Q 0 ��,,pp Y C'�. m Q 0. y Q P pyy7 o Pi ° ' ? 01 H e� .mac- 3 In to O I+ Q. 00 4T r, PG i N p l0 11 0 `G fA rF p rCL N � e 3, 7, 7 CDF+ 49 ca b c V W pp O D G z m (D m m v y ID 3 m o to N 3 N y O p 3 � 1D 3 Lb 0 v W r 3 o g z v v n Q m QrD o z y 3 M H o a N � V O a � O 7 M y i 01 $ 0 2 O• r7 V O pd j G �^ N O { y Q .a 01 O O O Agreement No. 7392 tANT Agreement No. 7392 CITY OF ALHAMBRA POLICE DEPARTMENT Request for Proposals No. RFP2M24-21 for DATA VISUALIZATION PLATFORM City of Alhambra — Police Department Lieutenant Debbie Gomez 211 South First Street Alhambra, CA 91801 PROPOSALS DUE NO LATER THAN 10:00 AM ON MONDAY, SEPTEMBER 30, 2024 EXHIBIT B Agreement No. 7392 REQUEST FOR PROPOSAL RFP NO. RFP2M24-21 REAL-TIME DATA VISUALIZATION PLATFORM PUBLIC NOTICE IS HEREBY GIVEN that the City of Alhambra (hereinafter "City") will receive sealed proposals for qualified and experienced vendors to provide a comprehensive Real -Time Data Visualization Platform for the Alhambra Police Department. The City is also requesting software, data integration, and professional services for the implementation of the Real -Time Data Visualization Platform (hereinafter "PLATFORM"). Proposals should be submitted to the Police Department, 211 South First Street, Alhambra, California, on or before the hour of 10:00 AM on September 30, 2024. The primary intent of this request for proposal (hereinafter "RFP") is to enter into an agreement with a vendor who has experience with law enforcement agencies, specifically California, Los Angeles County implementation, of the Real -Time Data Visual data integration, California Justice Information Services (CJIS) compliance standards and will meet the City's requirements as outlined in the RFP. INTRODUCTION The City of Alhambra is seeking proposals from qualified and experienced vendors to provide a Real -Time Data Visualization platform to serve as the key component in the Real -Time Information Center (RTIC). As a result of this RFP, the City expects to receive proposals for services to include pre -built connectors that allow for seamless integration with critical existing Alhambra Police Department systems: Spillman CAD, Spillman RMS, Flock ALPR, Vigilant ALPR, Axon Evidence.com and Laserfiche. All qualified Vendors are required to conduct a mandatory (on -site or virtual) demonstration of the platform. Once the evaluation committee has reviewed and scored the RFP responses, the City will select the Vendor most capable of providing a PLATFORM in its entirety and enter into a contract for the purchase and installation of the PLATFORM, as well as training, maintenance, and support of software. This RFP provides a list of required services, general information, instructions for submitting responses, and vendor selection procedures. 2. RFP SCHEDULE AND PROCESS The City anticipates the project schedule to be as follows: Dates August 27„ 2024 rn� - .. IT._er 17, 2024 5:00 PM _,��.......... September 19 2024 nber 30, 2024 —10:00 AM Week of October 1st ............... October 28, 2024 *These dates may be changed at the discretion of the City of Alhambra. Changes to the due date for questions or due date for proposal submittal will be made by written addendum, Release of Regtrest for Deadline for Ouestions to on the Citv's website Proposal submittal Deadline Mandatory On -Site or Virhral Demonstration Contract Award by the City Council: — Questions may be asked via email to Lieutenant Debbie Gomez at d onrez dal Nranrbra rd,or All questions are due September 17, 2024, no later than 5:00 pm. A unified response will be provided on September 19, 2024, to all parties making email inquiries. All questions are to be asked via email, and phone inquiries will not receive a response. Request for Proposal shall include all applicable State and Local sales taxes. Request for Proposals may be withdrawn up and until the deadline date and time for final submission as noted in the Request for Proposal. Agreement No. 7392 Request for Proposals shall be couriered, hand -delivered or mailed. Request for Proposals will not be accepted by facsimile transmission or other telecommunication or electronic means. Proposers assume the risk of the method of dispatch chosen and any costs associated with delivery. Request for Proposals arriving after the deadline will be returned unopened to the senders. A team has been selected by the Chief of Police to evaluate the proposals submitted, Proposals will be evaluated by the designated evaluation team, and a Vendor will be selected based on the final evaluation scores. Any contract awarded hereunder shall become effective or enforceable against the City of Alhambra only when a formal written contract has been duly executed by the appropriate officers of the City of Alhambra. Each vendor shall specify whether such contractor is a corporation, a partnership, or an individual. If a corporation, designate the name of the state of incorporation; if a partnership, the vendor shall state the names and addresses of all partners. The City of Alhambra reserves the right to accept or reject any or all bids, to waive any informality, to negotiate separately with competing Vendors and to accept the proposal deemed to be in the best interest of the City of Alhambra. The proposals shall be submitted in a sealed envelope bearing the name and address of the vendor and clearly marked: SEALED PROPOSAL FOR REAL-TIME DATA VISUALIZATION PLATFORM RFP NO.2M24-21 DO NOT OPEN WITH REGULAR MAIL BY ORDER OF: LAUREN MYLES, CMC ALHAMBRA CITY CLERK Agreement No. 7392 3. SCOPE OF SERVICES 3.1 General Provisions The purpose of this Request for Proposal (RFP) is to solicit and select Vendor to provide pre -built connectors that allow for seamless integration with critical existing Alhambra Police Department systems such as Spillman CAD, Spillman RMS, Flock ALPR, Vigilant ALPR, Axon Evidence.com and Laserfiche. The PLATFORM needs to offer a full integrated set of use -facing applications for search, map -based analysis, link analysis, reporting, and dashboarding that allow for seamless movement of data between those applications without the need to export and import data manually. The PLATFORM shall offer proprietary algorithms that will enable automatic and auditable deduplication and merging of data. In addition, the PLATFORM should offer seamless integration with Alhambra Police Department's existing single -sign -on and multi -factor authentication services. The successful Vendor will be required to furnish all labor, equipment, and materials to furnish and install the PLATFORM. The successful Vendor will also be required to provide a training plan for the administrator role and user training for identified City Staff and to include the cost of the training plan in their proposal. The successful proposer will be expected to sign a contract in substantially the form attached to the RFP. Any issues with/concerns regarding any provision of the contract must be included in the proposal. Under the contract awarded from this RFP, the successful Vendor will be the single point of contact for all installation, maintenance, and support of all software acquired in the solicitation and will be required to have the capability to support all components of this system in an integrated manner. 3.2 Equipment Warranty Vendor shall include a copy of each manufacturer's written warranty statement for each piece of equipment furnished and installed into the PLATFORM with their proposal. Vendors shall also provide the details of all warranties that are applicable to the services and equipment provided to the City. 3.3 Project Manager/Key Personnel Vendor shall provide a full-time Project Manager and key personnel who will be responsible for project oversight and delivery of the PLATFORM. The Project Manager shall be the single point of contact for the City and will be responsible for the management, implementation, and on -going troubleshooting of the PLATFORM during its installation. The Project Manager shall coordinate efforts with the City designee. The Project Manager shall be available to the City at all times by telephone during the course of the project and on -site within seventy-two hours of notification if necessary and requested, to respond to City needs, questions and/or issues. Project Manager will develop in consultation with the City a detailed implementation and project plan for the PLATFORM. 3.4 Subcontractors The Vendor shall provide a list of names, addresses, and telephone numbers for subcontractor(s) the Vendor intends to employ in the installation, training and ongoing maintenance and support of Agreement No. 7392 the PLATFORM with the proposal. A criminal background check will be performed for all subcontractors and their employees before they are allowed to perform any services for the City. The City reserves the right to reject any subcontractor and/or subcontractor employee. Should a subcontractor be rejected, the Vendor will be required to provide an acceptable alternate subcontractor. Should a subcontractor under the direction of the Contractor fail to provide the agreed -upon level of service and response, the Vendor will be required to replace the subcontract with another organization. Such an action shall be completed so as not to cause unnecessary delays to the project schedule. Any additional costs associated with securing a competent replacement subcontractor shall be the responsibility of the Vendor. 3.5 Condition of Facilities The Contractor shall be responsible for ensuring that all City work areas remain clean and orderly at the end of each day. 3.6 Vendor Coordination Responsibilities The Vendor shall be responsible for coordinating the design and installation of the PLATFORM with the City and the vendor's subcontractors and suppliers involved in this project. 3.7 Delivery Schedule Vendor shall provide an integrated project timeline and implementation plan for the PLATFORM. The project timeline and implementation plan shall include details for all phases of activity for the project, including all deliverables and major milestones. The project goals and deadlines deemed the responsibility of the City are to be identified in the project timeline. This proposed project timeline and implementation plan shall be finalized during the negotiation phase. 3.8 Project Implementation Status Reports The Vendor shall provide weekly updates on the project timeline and implementation plan update to the City's point of contact, Lieutenant Debbie Gomez. 3.9 Training The Vendor must provide a plan for in-depth technical training for administrators, end users, and IT staff on PLATFORM components, which shall include the use and management of the Alhambra Police Department's system such as Spillman CAD, Spillman RMS, Flock ALPR, Vigilant ALPR, Axon Evidence.com, and Laserfiche. All required instruction manuals, on -site qualified instructor costs, travel and lodging costs, and class materials shall be fiurnished by the Vendor, and included in the Fee Proposal. 3.10 Cost Vendors shall identify all costs for PLATFORM software, installation, project management, training, maintenance, etc. Maintenance costs shall be provided for a term of five (5) years from the date of PLATFORM acceptance. The proposal should itemize each PLATFORM component, which shall include the data integrations specifically for systems used by the Alhambra Police Department, so the City can determine the projection of each phase based on cost and budget. Agreement No. 7392 4. TECHNICAL SPECIFICATIONS 4.1 General Requirements The successful Vendor will be required to provide a PLATFORM with the following capabilities and demonstrate them as part of this evaluation: • PLATFORM shall be CKS compliant and vendor must identify location PLATFORM will be hosted at. PLATFORM must be a web -based interface that automatically establishes connections and relationships between data elements within and across disparate systems. • PLATFORM should be fully integrated with user -facing applications for search, map - based analysis, link analysis, reporting, and dashboarding that allow for seamless movement of data between applications without the need to export and import data manually. • PLATFORM should offer pre -built connectors that allow for seamless integration with critical existing systems including: Spillman CAD, Spillman RMS, Flock ALPR, Vigilant ALPR, Axon Evidence. corn, and Laserfiche. These pre -built connectors should ensure data available in the PLATFORM is complete, accurate, and always up to date. • PLATFORM should have the ability for users to log into a single solution for access to data from those high priority systems. • PLATFORM should offer seamless integration with Alhambra Police Department's existing single -sign -on and multi -factor authentication services, • PLATFORM should have reliable algorithms that will enable automatic and auditable deduplication and merging of data. Additionally, the PLATFORM must provide the ability to easily view any individual records that have been merged and offer the ability to un-do merges when desired. • PLATFORM should have the flexibility to change desired data model over time without needing. to build and maintain additional interfaces or make any changes to underlying source systems and the way it stores or represents information. • PLATFORM must have a clean and reliable information upon data searches. • PLATFORM should offer desktop, laptop, tablet, and mobile device -accessible versions of those integrated applications so that they can be accessed by authorized users wherever and whenever they are needed. • PLATFORM should have the ability to securely collaborate and share data and visualization in real-time with agencies in the San Gabriel Valley, Los Angeles County, and Orange County. • PLATFORM should have the ability to accommodate future software applications that City may acquire. • City retains frill and total rights to its data within the PLATFORM at all times and has the ability to access and export that data in open, standard data formats at any time. • Vendor shall provide cybersecurity insurance. 4.2 System Architecture Vendors shall provide a detailed description of the PLATFORM, including a discussion of the PLATFORM's architecture and its ability to provide the services required by the City. Proposal should address how to accommodate additions of future software applications. Agreement No. 7392 5. PROPOSAL REQUIREMENTS Although the City requires no specific format, this section is intended to provide guidelines to the Vendor regarding features that the City will look for and expect to be included in the proposal. 5.1 Content & Format The City requests that proposals submitted be in 12-point font, organized and presented in a neat and logical format, and are relevant to these services. Vendor's proposals shall be clear, accurate, and comprehensive. Excessive or irrelevant material will not be favorably received. The proposal should include the following: 1. Transmittal/offer letter 2. Page numbering 3. Index/Table of Contents 4. Approach 5. Team Organization, including an organization diagram and time commitment of key staff 6. Statement of Qualifications, including descriptions of similar projects by key staff to be assigned during the term of the contract 7. Fee Proposal 5.2 Approach A description of the vendor's approach and work program to meet the city's objectives shall be included. It should explain the technical approach, methodology, and specific tasks and activities that will be performed to address the specific issues and work items. 5.3 Team Organization The purpose of this section is' to describe the organization of the project team including subcontractors and key staff. A project manager and an alternate project manager shall be named, who shall be the prime contact and be responsible for coordinating all activities with the City. An organization diagram shall be submitted, showing all key team members and illustrating the relationship between the City, the proj ect manager, key staff, and subcontractors. There also should be a brief description of the role and responsibilities of all key staff and subcontractors identified in the team organization. 5.4 Statement of Qualifications The information provided in this section should describe the qualifications of the vendor and key staff in performing projects within the past five (5) years that are similar in scope and size to demonstrate competence to perform these services. The projects listed should be those that the key staff named for this project were responsible for performing. Information shall include: 1. Names of key staff that participated in named projects and their specific responsibilities. 2. The client's name, contact person, address, e-mail address, and telephone numbers. 3. A brief description of the type and extent of services provided. 4. Completion dates (estimated, if not yet completed). 5. Total costs of the projects. Agreement No. 7392 5.5 Fee Proposal Compensation for services provided shall be based upon the Vendor's detailed Fee Proposal to furnish the services and equipment detailed in their proposal, The Fee Proposal shall identify all costs associated with the comprehensive PLATFORM, including software, installation, project management, training, support, and maintenance. Maintenance costs shall be provided for a term of five (5) years, priced annually, from date of PLATFORM acceptance. Price breaks should be included for each phase so the City can budget for the next fiscal year. This information will be used by the City staff to evaluate the reasonableness of the fee proposal and may be used in negotiating the final fee amounts for the contract agreement. Reimbursable expenses shall not be allowed unless negotiated prior to a contract. Price escalations during the contract term are disfavored and will not be allowed unless negotiated prior to execution of contract. 5.6 Statement of Offer & Signature The Proposal shall contain a statement that the proposals are a firm offer for a 90-day period and signed by an individual authorized to act on behalf of the Vendor. 6. TERMS AND CONDITIONS 6.1 Insurance Requirements 1. Types of Required Coverages The successful Vendor shall procure and maintain in Rill force and effect during the term of the contract, the following policies of insurance. If the existing policies do not meet the Insurance Requirements set forth herein, the Vendor agrees to amend, supplement, or endorse the policies to do so. a. Commercial General Liability: Commercial General Liability Insurance which affords coverage at least as broad as Insurance Services Office "occurrence" form CG 00 01, with minimum limits of at least $5,000,000 each occurrence, and if written with aggregate, the aggregate shall be double each occurrence limit. b. Products -Completed Operations: Contractor shall procure and submit to City evidence of insurance for a period of at least three (3) years from the time that all work under this Contract is completed. c. Automobile Liability Insurance: Automobile Liability Insurance with coverage at least as broad as Insurance Services Office Form CA 0001 covering "Any Auto" (Codel 1) with minimum limits of $1,000,000 each accident. d. Professional Liability: Professional Liability insurance with minimurn limits of $3,000,000 each claim. Covered Professional Services shall specifically include all work to be performed under the contract and delete any exclusion that may potentially affect the work to be performed, e. Workers' Compensation: Workers' Compensation Insurance, as required by the State of California and Employer's Liability Insurance with a limit of not less than Agreement No. 7392 $1,000,000 each accident for bodily injury and $1,000,000 each employee for bodily injury by disease. 2. Endorsements Insurance policies shall not be in compliance if they include any limiting provision or endorsement that has not been submitted to the City for approval. a. The insurance coverages required by Section La. Commercial General Liability; and I.e. Automobile Liability Insurance shall contain the following provisions or be endorsed to provide the following: (1) Additional Insured: The City, its elected officials, officers, employees, volunteers, boards, agents, and representatives shall be additional insureds with regard to liability and defense of suits or claims arising out of the performance of the Contract. Additional Insured Endorsements shall not: 1. Exclude "Contractual Liability" 2. Restrict coverage to the "Sole" liability of the contractor 3. Exclude "Third -Party -Over Actions" 4. Contain any other exclusion contrary to the Contract (2) Primary Insurance: This insurance shall be primary, and any other insurance, whether primary, excess, umbrella, or contingent insurance, including deductible or self-insurance available to the insureds added by endorsement, shall be in excess of and shall not contribute to this insurance. (3) The policy or policies of insurance required by Section I.e. Workers' Compensation shall be endorsed, as follows: Waiver of Subrogation: A waiver of subrogation stating that the insurer waives all rights of subrogation against the indemnified parties. 3: Notice of Cancellation Required insurance policies shall not be cancelled, or the coverage reduced until a thirty (30) day written notice of cancellation has been served upon the City except ten (10) days shall be allowed for non-payment of premium. 4. Evidence of Insurance The Contractor concurrently with the execution of the contract, and as a condition precedent to the effectiveness thereof, shall deliver either certified copies of the required policies or original certificates and endorsements on forms approved by the City. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is canceled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. Agreement No. 7392 5. Deductible or Self -Insured Retention Any deductible or self -insured retention must be approved in writing by the City and shall protect the indemnified parties in the same manner and to the same extent as they would have been protected had the policy or policies not contained a deductible or self -insured retention. 6. Contractual Liability The coverage provided shall apply to the obligations assumed by the Contractor under the indemnity provisions of this contract. 7. Failure to Maintain Coverage Contractor agrees to suspend and cease all operations hereunder during such period of time as the required insurance coverage is not in effect and evidence of insurance has not been furnished to the City. The City shall have the right to withhold any payment due Contractor until Contractor has fully complied with the insurance provisions of this Contract. In the event that the Contractor's operations are suspended for failure to maintain required insurance coverage, the Contractor shall not be entitled to an extension of time for completion of the Work because of production lost during the suspension. 8. Acceptability of Insurers Each such policy shall be from a company or companies with a current A.M. Best's rating of no less than A;VII and authorized to do business in the State of California, or otherwise allowed to place insurance through surplus line brokers under applicable provisions of the California Insurance Code or any federal law. Any other rating must be approved in writing in accordance with the City. 9. Claims Made Policies If coverage is written on a claims -made basis, the retroactive date on such insurance and all subsequent insurance shall coincide or precede the effective date of the initial Contractor's Contract with the City and continuous coverage shall be maintained or an extended reporting period shall be exercised for a period of at least three (3) years from termination or expiration of this Contract. Upon expiration or termination of coverage of required insurance, Contractor shall procure and submit to City evidence of "tail" coverage or an extended reporting coverage period endorsement for the period of at least three (3) years from the time that all work under this contract is completed. 10. Insurance for Subcontractors Contractor shall be responsible for causing Subcontractors to purchase the same types and limits of insurance in compliance with the terms of this Contract/Agreement, including adding the City as an Additional Insured to the Subcontractor's policies. 10 Agreement No. 7392 6.2 Standard Form of Agreement The contractor will enter into an agreement with the City based upon the contents of the RFP and the contractor's proposal. 6.3 Disclaimer This RFP does not commit the City to award a contract, or to pay any costs incurred in the preparation of the proposal. The City reserves the right to extend the due date for the proposal, to accept or reject any or all proposals received as a result of this request, to negotiate with any qualified contractor, or to cancel this RFP in part or user -definable entirety. The City may require the selected contractor to participate in negotiations and to submit such technical, fee, or other revisions of their proposals as may result from negotiations. 6.4 Assigned Representatives The City will assign a responsible representative to administer the contract and to assist the contractor in obtaining information. The contractor also shall assign a responsible representative (project manager) and an alternate, who shall be identified in the proposal. The contractor's representative will remain in responsible charge of the contractor's duties from the notice -to - proceed through project completion. If the contractor's primary representative should be unable to continue with the project, then the alternate representative identified in the proposal shall become the project manager. The City's representative shall first approve any substitution of representatives or subcontractors identified in the proposal in writing. The City reserves the right to review and approve/disapprove all key staff and subcontractor substitution or removal and may consider such changes not approved to be a breach of contract. 6.5 City Business License A city business license will be required of the contractor and any subcontractors for services performed in connection with any agreement entered into through this RFP process. 7. EVALUATION & SELECTION PROCESS The City's selection of qualified Vendor will be based on the following: • Quality and completeness of submitted proposal (10 points); • Understanding of project objectives and PLATFORM requirements (20 points); • Project approach, timeline, implementation and training plan (20 points); • Fee Proposal/Proposed Cost (30 points); and • Qualifications and experience with similar types of efforts (20 points). Vendors will be notified of any additional required information and/or demonstrations and product testing after the written proposals have been evaluated. Additional information related to the vendor selection process will be made available in the fiiture once the City has executed this contract. Please refrain from malting any verbal inquiries or requests for a formal debriefing related to the subject RFP until the City of Alhambra completes the ongoing contract process. 11 Agreement No. 7392 8. ADMINISTRATION SPECIFICATIONS 8.1 The City of Alhambra's Rights to Proposals All proposals, upon submission to the City of Alhambra, shall become its property for use as deemed appropriate. By submitting a proposal, the Contractor covenants not to make any claim for or have any right to damages because of any misinterpretation or misunderstanding of the specification or because of any misinformation or lack of information. The City of Alhambra reserves the right to take one or more of the following actions as determined in the best interest of the organization; 1. to accept or reject in whole or in part any or all proposals; 2. to cancel this RFP in whole or in part without prior notice. Thereafter, City may issue a solicitation for new proposals; 3. The City makes no guarantee as to the usage of the services by City; 4. to waive, at its discretion, any minor errors, informalities or irregularities, which the City deems correctable or otherwise not warranting rejection of the RFP; 5, to correct any arithmetic errors in any or all proposals submitted; 6. to negotiate with any Vendor as necessary to serve the best interest of the City and to negotiate the final contract(s) with the most responsive, responsible Vendor 7. to investigate the qualifications of any Vendor under consideration; 8. to disqualify a proposal upon evidence of collusion with the intent to defraud or other illegal practices on the part of the Vendor; 9. to require confirmation of information furnished by the Vendor; 10. to award one contract for the total PLATFORM,, or make multiple awards for separate 1'EA: I°1^°ORM components if it is deemed to be in the best interest of the City. 11. to utilize any or all the ideas frown proposals submitted; 12. to change the proposal's due date upon appropriate notification; 13. to adopt any or all of a vendor's proposal; and 14. to negotiate modifications to the scope and fee with selected Vendor(s) prior to contract award. 8.2 Interviews/Demonstrations/Equipment Testing City reserves the right to conduct interviews, and/or to require demonstrations and/or product testing with some or all of the Vendors at any point during the evaluation process. However, the City may determine that interviews/ demonstrations/equipment testing are not necessary. In the event interviews/ demonstrations/equipment testing are conducted, information provided during the interview/ demonstrations/ equipment testing shall be taken into consideration when evaluating the stated criteria. The city shall not reimburse the Vendor for the .costs associated with the interview/ demonstrations/equipment testing process. Equipment testing will be held at a time and place specified by the City. The Vendor's key project team members will be invited to attend the interview and/or demonstrations and/or equipment testing. The Vendors should be prepared to discuss at the interview, their specific experience providing services and equipment similar to those described in this RFP, project approach, estimated work effort, available resources, and other pertinent things distinguishing the Vendor from others. 12 Agreement No. 7392 8.3 Proposal Instructions Deadline for submitting proposals is 10:00 a.m,, Monday, September 30, 2024. Mail or deliver to: City of Alhambra, Police Department Attn: Lieutenant Debbie Gomez 211 South First Street Alhambra, CA 91801 Please submit one (1) original and four (4) color copies of the proposal and in addition to the hard copies, an electronic copy shall be included with the proposal submitted. If no document can be identified as original bearing original signatures, Vendor's proposal may be rejected at the discretion of the City. Proposals received after the deadline will be returned, unopened, to the Vendor. All submissions must be sealed in an envelope/package marked on the outside with: SEALED PROPOSAL FOR REAL-TIME DATA VISUALIZATION PLATFORM RFP NO.2M24-21 DO NOT OPEN WITH REGULAR MAIL 8.4 Addendum and Supplements to the RFP If it becomes necessary to revise any part of this RFP, an addendum or revision will be transmitted to all prospective vendors by email and will be posted on the City's website. Questions concerning the RFP document must be submitted in writing to City of Alhambra, Attn: Lieutenant Debbie Gomez, 211 South First Street, Alhambra, CA 91801, or email at clgecrxez lla abagi oo . Questions will be received through September 17, 2024, at 5:00 p.m. Responses to all questions will be distributed in writing via email to all known vendors and will be posted on the City of Alhambra's website (y ww citygfalharnbra. or ) as an addendum on September 19, 2024. Vendors are cautioned that any statements made by the contact person that materially change any portion of the RFP shall not be relied upon unless subsequently ratified by a formal written amendment to this RFP. 8.5 Award of Contract The City reserves the right to reject any and all Proposals. A formal contract award is anticipated for the best overall vendor as determined by the Evaluation Committee and approved by City Council as a result of this RFP. The City reserves the right, in its sole discretion, to waive minor irregularities in proposals. A minor irregularity is a variation of the RFP, which does not affect the funding request, or gives one party advantage or benefit not enjoyed by the other parties, or adversely impacts the interest of the City. Waivers, when granted, shall in no way modify the RFP requirements or excuse the party from full compliance with the RFP specifications and other contract requirements if the party is awarded the contract. 8.6 False or Misleading Statements Any submittals containing, in the opinion of the City, false or misleading statements will be rejected. 13 Agreement No. 7392 8.7 Prospective Contractor Costs Costs for developing submittals are entirely the responsibility of the vendor and shall not be chargeable in any manner to the City. 8.8 Evaluation Process The City will form an Evaluation Committee to review all submittals received by the deadline. Any submittal failing to meet any of the qualifications documented in this RFP may be rejected. The purpose of the Evaluation Committee is to recommend which vendor is best able to provide, install, maintain, and support the PLATFORM to the City's requirements and within the City's budget. Submission in response to this RFP indicates your acceptance of the City's evaluation criteria. 8.9 Clarification of Proposals The City reserves the right to obtain clarification on any item in any vendor's submittal or to obtain additional related information necessary to properly evaluate the submittal. Failure of a vendor to respond to a request for more information may result in the proposal being rejected. 8.10 Confidential Information All responses to this RFP become the property of City and will be kept confidential until such time as a recommendation for award of contract has been announced. Thereafter, proposals are subject to public inspection and disclosure under the California Public Records Act (Cal. Government Code Section 6250, et seq.). If a contractor believes that any portion of its proposal is exempt from public disclosure, such portion may be marked "confidential." The City will use reasonable means to ensure that such confidential information is safeguarded but will not be held liable for inadvertent disclosure of such materials, data, and information. Proposals marked "confidential" in their entirety will not be honored, and City will not deny public disclosure of all or any portion of proposals so marked. By submitting information with portions marked "confidential", the Contractor represents it has a good faith belief that such material is exempt from disclosure under the California Public Records Act and agrees to reimburse the City for, and to indemnify, defend and hold harmless City, its officials, officers, employees and agents from and against: (a) any and all claims, damages, losses, liabilities, suits, judgments, fines, penalties, costs and expenses including, (collectively, "Claims") arising from or relating to OCFA's non -disclosure of any such designated portions of a proposal if disclosure is deemed required by law or court order. Additionally, City may request that the Vendor directly defend any action for disclosure of any information marked confidential. 8.11 City Use of RFP Ideas The City reserves the right to use any and all service and product ideas presented from prospective contractors. Selection or rejection of a contractor does not affect this right. 8.12 Copyrights and Patents The vendor shall hold the City of Alhambra and its officers, agents, servants, and employees harmless from liability of any nature or kind because of any copyrighted information, secret or proprietary process, patented or unpatented invention, disclosed or used in response to this RFP, and agrees to defend, at its own expense, any and all actions brought against the City of Alhambra or its officers, agents, servants, or employees or the Vendor alleging or arising from unauthorized use of such information, process or invention. 14 Agreement No. 7392 8.13 Reliance on Information VENDORS MAY RELY ONLY UPON WRITTEN INFORMATION AND/OR INSTRUCTIONS FROM THE CITY GIVEN HEREIN OR SUBSEQUENT TO THE ISSUANCE OF THIS RFP. CONTRACTOR MAY NOT RELY ON ANY ORAL INFORMATION AND/OR INSTRUCTIONS GIVEN WITH REGARD TO THIS RFP. Any City response to a question or request for clarification by a contractor will be made in the form of an addendum to the RFP, which will be sent via email to all parties to whom the RFP has been issued not later than five (5) business days prior to the due date for receipt of the Proposal and will become part of the RFP. 8.14 Replacement of Incompatible Staff The City reserves the right to request and receive a replacement for any vendor staff member whom the City, in its sole and absolute discretion, determines is not working effectively with the City's staff assigned to this project, or who is inadequately qualified to perform the services to be provided, or who is unsuitable to be performing services in secure areas. 8.15 Security Check All vendor personnel and subcontractors are required to pass an extensive security background check before they will be allowed to perform any services for the City. The vendor or individual employees of the vendor may be excluded from providing services based on the results of the background checks, in the sole and absolute discretion of the City. All proposals should acknowledge this fact, and project timelines should reflect this fact. 15 Agreement No. 7392 AGREEMENT FOR PROFESSIONAL SERVICES Contract No. This AGREEMENT FOR PROFESSIONAL SERVICES ("AGREEMENT") is made and entered into effective as of the day of , 20by and between the CITY OF ALHAtBRA„ a charter law city, located at 111 South First Street, Alhambra, CA 01801, ("CITY") and (inset oaarporatlon, LLB, partnership etc., located at ("CONSULTANT"). WIT NESSETH: For and in consideration of the promises and of the mutual covenants and agreements herein contained, said parties hereby agree as follows: RECITALS. This AGREEMENT is made and entered into with respect to the following facts: a. CITY requires professional services ("SERVICES"); and b. On , 20_, CITY issued a Request for Proposals # .. ("RFP") to obtain professional services for the CITY's and based on review and rating of RFPs received CONSULTANT was selected; and C. CONSULTANT is qualified to provide those certain services to the CITY necessary for said SERVICES; and, therefore, the Alhambra City Council has elected to engage the services of CONSULTANT upon the terms and conditions hereinafter set forth. 2. SCOPE OF SERVICES. a. CONSULTANT shall furnish to the City all labor, materials, tools, equipment, services, and incidental customary work necessary to fully and adequately perform those services described in CON'SULTANT's Proposal for Services dated I ("PROPOSAL") consistent with the CITY's Request for Proposals dated ("RFP"") attached hereto as Exhibits ""A" and "B" respectively and hereby incorporated by reference. b. Performance of the SERVICES specified herein is made an obligation of CONSULTANT under this AGREEMENT, subject to any changes made subsequently upon the mutual written agreement of the parties. The scope of services to be performed by CONSULTANT under this AGREEMENT shall include, but not be limited to, those services specified in Paragraph 2A hereof. 3. PERFORMANCE STANDARDS. While performing this AGREEMENT CONSULTANT will use the appropriate generally accepted professional standards of practice existing at the time of performance utilized by persons engaged in providing similar services. CONSULTANT shall cooperate with CITY if CITY opts to monitor CONSULTANT"s services. CITY will notify CONSULTANT of any deficiencies and CONSULTANT will have fifteen (15) days after such notification to cure any shortcomings to CITY's satisfaction. Costs associated with curing the deficiencies will be borne by CONSULTANT. 4. FAMILIARITY WITH WORK. a. By executing this AGREEMENT, CONSULTANT agrees that, to the best of CONSULTANT's knowledge and belief, CONSULTANT has i. Carefully investigated and considered the scope of services to be performed; 16 Agreement No. 7392 ii. Carefully considered how the services should be performed; and Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. b. If services involve work upon any site, CONSULTANT agrees that CONSULTANT has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONSULTANT discover any latent or unknown conditions that may materially affect the performance of the services, CONSULTANT will immediately inform CITY of such fact and will not proceed except at CONSULTANT's own risk until written instructions are received from CITY. 5. CITY SUPERVISION. The Director of the Department of of CITY, or the Director's designee, shall have the right of general supervision of all work performed by CONSULTANT and shall be the CITY's agent with respect to obtaining CONSULTANT's compliance hereunder. No payment for any services rendered under this AGREEMENT shall be made without the prior approval of the Director of or the Director's designee. 6. FEE. Compensation to CONSULTANT for the total services to be rendered pursuant to this AGREEMENT shall be in an amount not to exceed to be billed In a manner described in CONSULTANT's PROPOSAL, consistent with the CITY's RFP. If any discrepancies exist between the RFP and the CONSULTANT's PROPOSAL exist, then the terms of the RFP shall control. 7. EXTRA SERVICES. Notwithstanding any other provision herein, no extra services shall be rendered by CONSULTANT underthis AGREEMENT unless such extra services first shall have been authorized in writing by the CITY. Any such services so authorized shall be paid by the CITY at rates approved of by the CITY. 8. PAYMENT BY CITY. CONSULTANT shall.send invoices to the City on a monthly basis, based upon the services already rendered at the time of the submission. City shall pay all proper costs within thirty ('30) days of receipt of such invoices). 9. TERM. The term of this AGREEMENT shall be as provided for in the RFP from after the date on which the CITY issues CONSULTANT a Notice to Commence Work. CONSULTANT shall complete all those services set forth in its PROPOSAL by that certain date set forth in said Notice to Commence Work or until such time as the services have been completed by the CONSULTANT and accepted by the CITY, whichever occurs first. The CITY may extend said time of completion for delays caused by circumstances beyond the control of either party to this AGREEMENT. Should the consulting contract extend beyond the estimated time for completion of said services, CITY hereby reserves the eight to continue CONSULTANT's services hereunder with any and all fees for such additional services to be compensated by the CITY at rates approved by the CITY. 10. DISPUTES AND REMEDIES. a. Claims, disputes, and other matters in question between the Parties arising out of or relating to this AGREEMENT or the breach thereof, must be resolved by the following procedure: i. CITY and CONSULTANT will exercise their best efforts to resolve disputes through the development of a consensus. A meeting may be requested by CITY or CONSULTANT at any time for the purpose of resolving a dispute. A determination by CITY'S Director of the Department of will be made within two (2) weeks after a meeting to resolve the dispute; iL If unresolved within thirty (30) days, then City Manager, or his designee, will make a final determination; 17 Agreement No. 7392 Following the City Manager's final determination, the Parties may submit any unresolved matters to non -binding mediation. The parties may, but are not required to be, represented by counsel in mediation; iv. If the Parties do not agree to mediation, or if mediation does not resolve the Parties' dispute, the matter may be pursued in Los Angeles County Superior Court, or the United States District Court, Central District of California, if federal jurisdiction exists. b. The Parties' rights and remedies under this Agreement are in addition to any other rights and remedies provided by law. 11. PREVAILING WAGE. CONSULTANT is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the SERVICES are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and If the total compensation is $1,000 or more, CONSULTANT agrees to fully comply with such Prevailing Wage Laws. The CITY shall provide CONSULTANT with a copy of the prevailing rates of per diem wages In effect at the commencement of this Agreement. CONSULTANT shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the SERVICES available to interested parties upon request, and shall post copies at the Consultant's principal place of business and at the project site. CONSULTANT shall defend, indemnify and, hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 12. TERMINATION OF AGREEMENT. The CITY may terminate this AGREEMENT upon giving a ten (10) day advance written notice of such termination to CONSULTANT. In that event, the City Manager, or his designee, based upon work accramplished by CONSULTANT prior to notice of such termination, shall determine the amount of fees to be paid to CONSULTANT for such services based upon accepted accounting practices. This finding by the City Manager, or his designee, shall be considered by the Alhambra City Council and the Council's determination shall be final and conclusive as to the amount of such fee. 13. INDEPENDENT CONTRACTOR. CONSULTANT shall act as an independent contractor in the performance of the services provided for in this AGREEMENT and shall furnish such services in CONSULTANT's own manner and method and in no respect shall CONSULTANT be considered an agent or employee of the CITY. 14. OWNERSHIP OF DOCUMENTS. All financial documents, data, studies, and reports prepared by CONSULTANT under this AGREEMENT are CITY's property. CONSULTANT may retain copies of said documents and materials as desired, but will deliver all original materials to CITY upon CITY's written notice. CITY agrees that use of CONSULTANT's completed work product, for purposes other than identified in this AGREEMENT, or use of incomplete work product, is at CITY's own risk. CITY will indemnify and hold CONSULTANT harmless for any use of the work product other than as contemplated by this AGREEMENT. 15. PUBLICATION OF DOCUMENTS. Except as necessary for performance of service under this AGREEMENT, no copies, sketches, or graphs of materials, including graphic art work, prepared pursuant to this Agreement, will be released by CONSULTANT to any other person or City without CITY's prior written approval. All press releases, including graphic display information to be published in newspapers or magazines, will be approved and distributed solely by CITY, unless otherwise provided by written agreement between the parties. 16. NONASSIGNMENT. This AGREEMENT is not assignable either in whole or in part by CONSULTANT without the written consent of CITY. 18 Agreement No. 7392 17. TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a valid Taxpayer Identification Number. 18. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and maintain during the term of this AGREEMENT, all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. 19. INDEMNIFICATION. a. CONSULTANT hereby agrees to the following: i. Indemnification for Professional Services. CONSULTANT will save harmless and indemnify CITY and, at CITY's request, reimburse defense costs for CITY and all its officers, volunteers, employees and representatives from and against any and all suits, actions, or claims, of any character whatever, brought for, or on account of, any injuries, including death or damages sustained by any person or property resulting or arising from any negligent or wrongful act, error or omission by CONSULTANT or any of CONSULTANT's officers, agents, employees, or representatives, in the performance of this Agreement. ii. Indemnification for other Damages. CONSULTANT indemnifies and holds CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of this Agreement, or its performance. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of this Agreement, or its performance, CONSULTANT will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or otherwise. b. For purposes of this section "CITY". includes CITY's officers, officials, employees, agents, and representatives. It is expressly understood and agreed that the foregoing provisions will survive termination of this Agreement. d. CITY does not, and shall not, waive any rights against CONSULTANT which it may have by reason of the .aforesaid hold -harmless AGREEMENT because of the acceptance by CITY or the deposit with CITY by CONSULTANT„ of any of the insurance policies hereinafter described in this AGREEMENT. C. The aforesaid hold -harmless AGREEMENT by CONSULTANT shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the aforesaid operations of CONSULTANT, or any subcontractor of CONSULTANT, regardless of whether such insurance policies shall have been determined to be applicable to any of such damages or claims for damages. f. Notwithstanding any provision of this Agreement to the contrary, design professionals shall be required to defend and indemnify the City only to the extent allowed by Civil Code Section 2782.8, namely for claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the design professional. The term "design professional" includes licensed architects, licensed landscape architects, registered professional engineers, professional land surveyors and the business entities which offer such services in accordance with the applicable provisions of the Business and Professions Code. 19 Agreement No. 7392 g. The provisions of this section do not apply to Claims occurring as a result of the City's sole negligence or willful acts or omissions. 20. INSURANCE. CONSULTANT shall not commence work under this contract until CONSULTANT shall have obtained all insurance required by this AGREEMENT and such insurance shall have been approved by CITY as to form, amount and carrier, nor shall CONSULTANT allow any subcontractor of CONSULTANT to commence work on any subcontract until all similar insurance required of the subcontractor of CONSULTANT shall have been so obtained and approved. a. COMPENSATION INSURANCE., CONSULTANT shall take out and maintain, during the life of this contract, Worker's Compensation Insurance for all of CONSULTANT'S employees employed to perform the SERVICES as described section 2 of the AGREEMENT; and, if any work is sublet, CONSULTANT shall require the subcontractor of CONSULTANT similarly to provide Worker's Compensation Insurance for all of the latter's employees, unless such employees are covered by the protection afforded by CONSULTANT. If any class of employees engaged in work under this AGREEMENT is not protected under any Workers' Compensation law, CONSULTANT shall provide and shall' cause each subcontractor of CONSULTANT to provide adeo6atp ihSLirance for the protection of employees not otherwise protected. CONSULTANT shall Indemnify CITY for any damage resulting to It from failure of either CONSULTANT or any subcontractor of CONSULTANT to take out or maintain such insurance. b. COMPREHENSIVE GENERAL _LIABILITY, PROFESSIONAL LIABILITY COMPREHENSIVE AUTOMOBILE LIABILITY AND CONTRACTUAL GENERAL, LIABILITY INSURANCE, CONSULTANT shall take out and maintain during the life of this contract comprehensive general liability, products/completedoperations hazard comprehensive automobile liability, and contractual general liability insurance and shali protect CITY, its elective, and appointive boards, officers, agents and employees, CONSULTANT, and any subcontractor of CONSULTANT performing work covered by this contract, from claims for damage for persdnal injury, Including death, as well as from claims for property damage which may arise from CONSULTANT'S or any subcontractor of CONSULTANT'S operations under this contract, whether such operations be by CONSULTANT or by any subcontractor of CONSULTANT, or by anyone directly or indirectly employed by either CONSULTANT or any subcontractor of CONSULTANT, and the amounts of such insurance shall be as fellows; Commercial General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000); ii. Professional- Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000); Corn rehensive Automobile Liabilit Insurance in an amount of not less amount of not less than ONE MILLION DOLLARS ($1 „000,000). A combined single limit policy with aggregate limits In an amount of not less lhan TWO MILLION DOLLARS ($2,000,000) shall be considered equivalent to the said required minimum limits set forth in subsections (i),(ii), and (III) above, PROOF OF INSURANCE, The insurance required by this Agreement shall be with insurers which are Best A+ rated, and California -Admitted; or better. The CITY of Alhambra shall be named as "additional insured" on all policies required hereunder, except for Professional Liability Insurance, and CONSULTANT shall furnish the CITY Clerk, concurrently with the execution hereof, with satisfactory proof of carriage of the insurance required, and adequate legal assurance that each carrier will give CITY at least thirty (30) days' prior notice of the cancellation of any policy during the effective period of the contract. 20 Agreement No. 7392 d. NOTICE TO COMMENCE WORK. The CITY will not issue any notice authorizing CONSULTANT or any subcontractor to commence work under this AGREEMENT until CONSULTANT has provided to the CITY Clerk the proof of insurance as required by subparagraph (C) of this article. 21. NON-DISCRIMINATION. CONSULTANT shall not discriminate in its recruiting, hiring, promotion, demotion or termination practices on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, or sexual orientation in the performance of this AGREEMENT and shall comply with the provisions of the California Fair Employment and Housing Act as set forth in Part 2.8 of Division 3, Title 2 of the California Government Code; the Federal Civil Rights Act of 1964, as set forth in Public Law 88-352, and all amendments thereto; Executive Order 11246; and all administrative rules and regulations issued pursuant to such acts and order. 22. UNAUTHORIZED ALIENS. CONSULTANT hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act (8 USCA 1101, of seq.), as amended; and, in connection therewith, shall not employ unauthorized aliens as defined therein. Should CONSULTANT so employ such unauthorized aliens for the performance of work and/or services covered by this AGREEMENT, and should the Federal Government impose sanctions against the CITY for such use of unauthorized aliens, CONSULTANT hereby agrees to; and shall, reimburse CITY for the cost of all such sanctions imposed, togetherwith any and all costs, including attorney's fees, incurred by the CITY in connection therewith. 23. CONFLICT OF INTEREST. CONSULTANT will comply,with all conflict of interest laws and regulations including, without limitation, CITY's conflict of Interest regulations. 24. WAIVER. Waiver by any party hereto of any term, condition, or covenant of this AGREEMENT shall not constitute the waiver of any other term, condition or covenant hereof. 25. ATTORNEY'S FEES. If litigation is reasonably required to enforce or interpret the provisions of this AGREEMENT, the prevailing party in such litigation shall be entitled to an award of reasonable attorney's fees, in addition to any other relief to which it may be entitled. 26. BINDING EFFECT. This AGREEMENT shall be binding upon the heirs, executors, administrators, successors and assigns of the parties hereto. 27. PROVISIONS, CUMULATIVE. The provisions of this AGREEMENT are cumulative and in addition to and not in limitation of any rights or remedies available to CITY. 28. NO PRESUMPTION RE: DRAFTER. The parties acknowledge and agree that the terms and provisions of this AGREEMENT have been negotiated and discussed between the parties and their attorneys, and this AGREEMENT reflects their mutual AGREEMENT regarding the same. Because of the nature of such negotiations and discussions it would be inappropriate to deem any party to be the drafter of this AGREEMENT; and, therefore, no presumption for or against validity or as to any interpretation hereof, based upon the identity of the drafter, shall be applicable in interpreting or enforcing this AGREEMENT. 29. ASSISTANCE OF COUNSEL. Each party to this AGREEMENT warrants to each other party as follows: a. That each party either had the assistance of counsel or had counsel available to it, in the negotiation for, and execution of, this AGREEMENT, and all related documents; and, b. That each party has lawfully authorized the execution of this AGREEMENT. 21 Agreement No. 7392 30. MODIFICATION. This AGREEMENT shall not be modified except by written agreement of the parties. 31. GOVERNING LAW. This AGREEMENT shall be interpreted and construed according to the laws of the State of California. 32. NOTICE. Whenever it shall be necessary for either party to serve notice on the other regarding this AGREEMENT, such notice may be furnished in writing by either party to the other and shall be served by personal service as required in judicial proceedings or by certified mail, postage prepaid, return receipt requested, addressed to the parties as follows: CITY: CONSULTANT: City of Alhambra 111 South First Street Alhambra, CA 91801 Tel: Fax: 33. FORCE MAJEURE. Neither party shall be responsible'for delays or failures in performance resulting from acts beyond the control of the offending party. Such acts shall include, but not be limited to, acts of God, fire, flood, earthquake, or other natural disaster, nuclear accident, strike, lockout, riot, freight embargo, public regulated utility, or government statutes or regulations superimposed after the fact. 34. ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE. The Parties agree that this Agreement may be transmitted and signed by electronic mail by either/any or both/all Parties, and that such signatures shall have the same farce and effect as original signatures, in accordance with California Government Code section 16.5 and Civil Code section 1633.7. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be executed on its effective date by their respective officers duly authorized on their behalf. "CITY" CITY OF ALHAMBRA, a Charter Law City ATTEST: By Lauren Myles, City Clerk APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY 22 Mayor Agreement No. 7392 0 "CONSULTANT" TAXPAYER ID # By Print Name: Title: By Print Name: 23 Title: Agreement No. 7392 REAL-TIME DATA VISUALIZATION PLATFORM — RFP2M24-21 RESPONSES TO QUESTIONS Below are the answers to the questions the City received for clarification in reference to the RFP, No additional answers will be provided. 1. Is the City seeking to procure a platform for the historical analysis of data or a real-time sensor and video solution? video streams is the City looking to incorporate? � If so how many �mmmmITITITITITITIT The City is looking to procure a platform that combines several platforms together, in an all - in -one user interface (Ul). The City is not looking to integrate a video solution, but ALPR/FLOCK data would be required. 2. What is the existing Reporting Tool / Software in use? No existing tool, 3. Are there any existing API's that can be exposed to interface the required/stated 3rd party systems? Yes, some of the existing systems have API's already in place. The proposing vendor would need to meet the 3rd party vendor's requirements to integrate. 4. Is there any existing technology stack that can be provided to build the asked pre -built connectors as part of the required hub to interface with 3rd party systems? Not currently. 5. If there is no such stack currently available, what technology stack is expected by the city to be implemented? The City expects the proposing vendor to make this recommendation. 6. Does the City have a set of indicators that these sources (Spillman CAD, Spillman RMS, Flock ALPR, Vigilant ALPR, Axon Evidence. com. and Laserfiche) would provide? is there a priority to any specific indicators? All data currently displayed by the aforementioned platforms shall be provided by the data integration platform. 7. To the point above, we would imagine working with the stakeholders of the department to define a set of glanceable indices that this dashboard would provide. Whether these are custom (a result of aggregating or combining multiple metrics from multiple sources) or just the standard display of indicators from the requested sources. Please let us know if this phase of exploration and strategy is in -line with how you envision the execution of this project to go. Same as above Page 1 of 4 Agreement No. 7392 8. Please provide the number of authorized dispatchers. Fourteen (14) . 9. Please provide the name of any other sources outside of what is listed within the RFP and whether the source is static or dynamic (is there new data being added or removed from the source) that the City wishes to have ingested into the Real Time Data Visualization software? The City expects the proposing vendor to address the possibility of adding any new data sources in the fidure. 10. Does the City have access to booking photos that need to be included in the Real Time Data Visualization software and if Alhambra Police Department is the custodian of such records? Yes, the City has access to booking photos and is the custodian of the records. 11. Does the City have a replication server that the Real Time Data Visualization software can connect to? The City does have a replication server.. 12. What single -sign on platform does Alhambra PD use? The City is in process of implementing DUO. 13. 3.2 Equipment Warranty: Vendor shall include a copy of each manufacturer's written warranty statement for each piece of equipment furnished and installed into the PLATFORM with their proposal. Vendors shall also provide the details of all warranties that are applicable to the services and equipment provided to the City. This requirement is only applicable if any equipment is provided or recommended. 14. How will the evaluation committee gauge the capability of a vendor during the "Mandatory On -Site or Virtual Demonstration"? The evaluation committee will be evaluating each vendor to determine if all requirements reflected on the RFP have been met. 15. Is there an expected ideal "Go -Live" date for the initiative? Award of contract is scheduled for October 23, 2024. The City expects three (3) months after a fully executed contract. Page 2 of 4 Agreement No. 7392 involved in this project. .Pease detail thestakeholders in ....�..��...._ _ _._... ....... Members of the Command Staff, Patrol, Detectives, Dispatchers and Records. 17. Is the City looking for a Commercial Off -The -Shelf solution, or a custom implementation? Whichever option is the best fit. 18. Is the City looking for an On -Premises solution or a cloud solution? The City is seeking for a solution that is DOJ CJIS approved. 19. Is the City open to offshoring work from the project to countries beyond the U.S territorial borders; say Canada or India? W 20. Can the work detailed within the RFP be performed remotely? If this question pertains to the mandatory on -site demonstration, a virtual presentation will suffice. 21. Please list the data sources that will be used for reporting. Please refer to 4.1 General Requirements on the RFP for the list of data sources that will be used for reporting. 22. Size of data contained in each source. Data sizes range changes constantly. 23. Total number of tables in the data sources that need to be modelled. The City expects the proposing vendor to make this recommendation. 24. What is the volume of data in total from all sources as of now? Volume of data ranges and changes constantly. 25. What volume of incremental data is expected daily from these data source? Volume of incremental data varies depending on daily activity and usage. Page 3 of 4 Agreement No. 7392 26. How many users are expected to access the PLATFORM? Approximately 110-130 27. How many reports would you require from the PLATFORM? The City expects the proposing vendor to snake this recommendation. 28. Could you please detail your software architecture preferences (if any)? The City expects the proposing vendor to make this recommendation. 29. Please specify the budget allocated for the project. The budget allocated for this project is based upon available funds through UASI. 30. Please detail the existing software licenses with you. Software licenses are either per site license and/or user -based. 31. Extension for proposal. The due date for all responsive proposals is Monday, September 30, 2024 by 10:00 am. The deadline will not be extended. Page 4 of 4