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