Loading...
CC - Item 4D - Resolution No. 2022-59 - Amending the FY 22-23 Budget and Award of Construction Contract with HQE System Inc. for Access Control and Camera System UpgradeROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL MEMBERS FROM: BEN KIM, CITY MANAGER 1_/� DATE: OCTOBER 25, 2022 SUBJECT: RESOLUTION NO. 2022-59 AMENDING THE FISCAL YEAR 2022-23 BUDGET AND AWARD OF CONSTRUCTION CONTRACT WITH HQE SYSTEMS INC., FOR CITYWIDE ACCESS CONTROL AND SECURITY CAMERA SYSTEM UPGRADE PROJECT SUMMARY The Fiscal Year 2022-23 Capital Improvement Plan and General Services operating budgets include $175,000 for the implementation of an access control system and $150,000 for security camera system replacement, respectively, for a total budget of $325,000. On September 1, 2022, the City Manager's Office published Bid No. 2022-25 ("Attachment A") requesting proposals from qualified vendors to furnish and install an integrated Access Control and Camera System ("ACCS") at twelve (12) City facilities. The City received six (6) proposals by the submittal deadline and after comprehensive review, HQE Systems Inc. ("HQE") ("Attachment B") was determined to be the lowest responsive bid; however, all qualified proposals received exceeded the City's budget for this project. Therefore, it is recommended that the City Council adopt Resolution No. 2022-59 to amend the Fiscal Year 2022-23 budget, and authorize and direct the City Manager to execute a Construction Contract with HQE Systems Inc. in the amount of $413,653.92. DISCUSSION For most City facilities, the door access system consists of traditional lock and key hardware. Employees are issued keys to these facilities in accordance with their job classification and/or responsibilities. During regular business hours, all main points of entry to City facilities are accessible to the public, including staff offices and work areas, with little or no access control. This has the potential to create security and safety issues for staff and the public. On September 1, 2022, the City Manager's Office published Bid No. 2022-25 requesting proposals from qualified vendors to furnish and install an integrated Access Control and Camera System ("ACCS") at twelve (12) City facilities. A mandatory pre-bid walkthrough was held on AGENDA ITEM 4.D City Council Meeting October 25, 2022 Page 2 of 4 September 15, 2022, and was attended by nineteen (19) prospective vendors. The City received six (6) proposals by the September 29, 2022, submittal deadline. A summary of the proposals received is below: Firm Location Proposal Amount Scansys, Inc. Buena Park, CA $345,000.00 HQE Systems, Inc. Temecula, CA $457,408.87 PhonesUSA Inc. (Avante Technologies) Los Angeles, CA $470,133.76 ADT Commercial, LLC Orange, CA $757,113.00 Vector Resources, Inc. Torrance, CA $883,917.60 Pacific OneSource, Inc. Simi Valley, CA $1,016,211.22 Staff performed a comprehensive evaluation of the proposals based on compliance with the Bid requirements including experience, understanding of scope of work, timeline, system requirements, and project cost. Based on the evaluation, HQE Systems, Inc. was determined to be the lowest responsive bid. The proposal received by Scansys, Inc. was determined to be nonresponsive to the requirements of the bid and was therefore disqualified from award. After further internal discussion with the Public Works Department regarding future facility renovations and with HQE, the City determined that the installation of the ACCS at one (1) facility will be deferred until other planned improvements have been completed. Therefore, the total cost of installation of the ACCS at the remaining eleven (11) City facilities is proposed at $413,653,92. The installation of the ACCS at the remaining facility will be included with the scope of work for renovations. HQE Systems, Inc. is a registered Service -Disabled -Veteran -Owned -Small -Business with the US Small Business Administration, with its global headquarters in Temecula, CA. HQE has installed ACCS systems for several federal agencies including the US Department of Defense, the US Department of Health and Human Services, and the US Department of the Interior. HQE also services dozens of counties and cities throughout the United States and across the globe. HQE meets all federal certifications and requirements for building security and cyber security, including comprehensive background checks for all their employees. HQE's proposal provides the City with a full, turn -key ACCS system and will consist of electrified door hardware that will communicate with a central control system to lock and unlock doors according to a given schedule or an individual's user access card. Once the electronic access control system is installed, all entry doors, except for main entry doors, will remain locked and require an access card for entry. The access control system will also keep a log of entries each time a keycard is used. The system also has the capability to grant instant access or deny access in the event of an emergency. Further, if a keycard is lost, a low-cost replacement can be issued thereby eliminating the need to rekey existing mechanical locks citywide. City Council Meeting October 25, 2022 Page 3 of 4 In addition to the access control system, HQE will also install security cameras at City facilities using the latest software and hardware solutions on the market. All cameras will be 1080P high- definition cameras with military -grade components to work effectively 24/7 in all-weather environments. The surveillance system will allow users real-time access to security camera monitoring using web -based authentication or a mobile application. The system also includes robust storage capabilities to retrieve and review footage of safety incidents that may occur during or outside of working hours. Upon City Council award and issuance of a purchase order, HQE has determined that it will take approximately 60-80 days to procure the necessary components. Assuming there are no supply chain issues with parts acquisition, HQE is proposing to complete the project by April 2023. Also included in the Bid was a request for vendors to submit proposals for ongoing preventative maintenance to ensure system readiness and reliability. Although many of the components are designed to protect against the elements, routine maintenance is required to ensure that system is maintained to design and life -cycle specifications. Annual maintenance activities include but are not limited to: electrical and mechanical inspections, battery checks, door lock maintenance, inspecting housings and wiring, inspecting door readers and contacts, rust prevention and removal, and camera cleaning, among others. A summary of the proposals received is below: Firm Location Proposal Amount Scansys, Inc. Buena Park, CA N/A HQE Systems, Inc. Temecula, CA $24,854.55 PhonesUSA Inc. (Avante Technologies) Los Angeles, CA $42,150.00 ADT Commercial, LLC Orange, CA N/A Vector Resources, Inc. Torrance, CA N/A Pacific OneSource, Inc. Simi Valley, CA $200/hr Based on the evaluation of maintenance proposals provided, HQE Systems, Inc. was determined to be the most responsive and qualified bidder to perform this work. HQEs proposal includes biannual maintenance checks as well as the annual licensing fee requirement for ACCS software, which is $5,800. It should also be noted that the first-year annual license fee is included with the proposal for installation. HQE is also providing a one-year parts and labor warranty with system installation. Since the system will be new, it is recommended that the City defer a maintenance agreement until the system is fully installed and configured. Staff will return to the City Council with a recommendation for award of contract at that time. ENVIRONMENTAL ANALYSIS The proposed action does not constitute a project under the California Environmental Quality Act ("CEQA"), and it can be seen with certainty that it will have no impact on the environment. Thus, this matter is exempt under CEQA. City Council Meeting October 25, 2022 Page 4 of 4 FISCAL IMPACT Partial funding for the ACCS project is available through the adopted Fiscal Year 2022-23 Capital Improvement Plan and General Services operating budgets in the amount of $325,000. Therefore, a supplemental appropriation in the amount of $88,654 is necessary to fully fund this project. Sufficient funding is available in the State and Local Fiscal Recovery Fund Reserve to appropriate the necessary balance required to award contract. STAFF RECOMMENDATION It is recommended that the City Council determine that this action does not constitute a project and is, therefore, exempt under the California Environmental Quality Act ("CEQA"); and adopt Resolution No. 2022-59 to amend the Fiscal Year 2022-23 budget, and authorize and direct the City Manager to execute a Construction Contract with HQE Systems Inc. in the amount of $413,653.92. STRATEGIC PLAN IMPACT The ACCS project is consistent with the City of Rosemead's Strategic Plan Goal A — Safety, which is to enhance public safety for all who live, work, and play in the City of Rosemead. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Submitted by: /W4 - Michael Bruckner Assistant City Manager Attachment A — Bid No. 2022-25 Attachment B — HQE Systems, Inc. Proposal Attachment C — Construction Contract Attachment D — Resolution No. 2022-59 Attachment A Bid No. 2022-25 Bid No. 2022-2!z Access Control & Camera System Upgrade Project September 2022 12 SUBMITTALS: Three (3) bound copies and one (1) electronic PDF file on a flash drive of the Bid in sealed envelope(s) must be received by the City of Rosemead's City Clerk's Office by no later than Thursday, September 29, 2022, at 10:00 a.m. or Electronic proposal submittal through the City of Rosemead Vendor Portal hosted by PlanetBids at: https://pbsystem.planetbids.com/portal/54150/portal-home Proposals submitted through PlanetBids Vendor Portal shall be submitted no later than Thursday, September 29, 2022, at 10:00 a.m. CONTACT PERSON: Michael Bruckner Assistant City Manager City of Rosemead 8838 E. Valley Boulevard Rosemead, California 91770 (626)569-2106 mbruckner(@citvofrosemead.ore BIDS RECEIVED AFTER THE TIME AND DATE STATED ABOVE SHALL NOT BE CONSIDERED. FACSIMILE AND E-MAIL PROPOSAL WILL NOT BE ACCEPTED. INQUIRIES: Direct questions for clarification on Bid documents to Michael Bruckner, Assistant City Manager at mbruckner@citvofrose mead.ora or via phone at (626) 569-2106. MODIFICATIONS: Any modification of this Bid will be provided to contractors who request notification of any modifications. ISSUANCE DATE: September 1, 2022 MANDATORY PRE-BID WALKTHROUGH September 15, 2022 WRITTEN QUESTIONS DUE: September 19, 2022 PROPOSALS DUE: September 29, 2022 Page 13 Table of Contents Tableof Contents..........................................................................................................................................3 NoticeInviting Bids.......................................................................................................................................4 Introduction..................................................................................................................................................5 Background................................................................................................................................................... 5 Current Technical Environment....................................................................................................................5 ProjectObjectives.........................................................................................................................................5 Scopeof Work...............................................................................................................................................6 EvaluationCriteria.........................................................................................................................................6 MandatoryPre -Bid Walkthrough..................................................................................................................6 ProposalSubmission.....................................................................................................................................7 Calendarof Events........................................................................................................................................7 Selectionof Contractor.................................................................................................................................8 Permitsand Fees...........................................................................................................................................8 BidGuarantee (Bond)...................................................................................................................................8 PrevailingWage Requirements.....................................................................................................................9 Signingof Bids...............................................................................................................................................9 Designation of Subcontractors...................................................................................................................10 Licensing and Registration Requirements..................................................................................................10 Termsand Conditions.................................................................................................................................10 InsuranceRequirements.............................................................................................................................11 ContractAward...........................................................................................................................................12 AttachmentA: Scope of Work....................................................................................................................12 AttachmentB: Bid Forms............................................................................................................................18 Attachment C: Draft Construction Agreement...........................................................................................26 Page 14 Notice Inviting Bids NOTICE IS HEREBY GIVEN that the City of Rosemead is accepting proposals from qualified contractors to furnish and install an Access Control and Camera System. Bids shall be submitted in a sealed envelope marked "Access Control and Camera System Upgrade Project" and shall be sent to the City Clerk of the City of Rosemead, 8838 E. Valley Blvd., Rosemead, California, 91770; or an electronic proposal shall be submitted via the PlanetBids Vendor Portal at httPs://Pbsystem.planetbids.com/portal/54150/portal-home. Proposals are due no later than 10:00 a.m. on September 29, 2022, at which time the names of the proposers shall be public. Copies of the Bid may be obtained from the City Clerk's Office, City of Rosemead, 8838 E. Valley Blvd., Rosemead, California, 91770, after the contract has been awarded. Said specifications and Bid forms are hereby referred to and incorporated herein and made a part by reference and all Bids must comply therewith. The City of Rosemead reserves the right to accept in whole or part or reject any and all Bids and to waive any informalities in the Bid process, and all Bids are binding for a period of ninety (90) days after the Bid opening and may be retained by the City for examination and comparison, as specified in the proposal documents. The award of this contract shall be made by the Rosemead City Council. CITY OF ROSEMEAD CITY MANAGER'S OFFICE Dated: September 1, 2022 Page 15 Introduction Through this Bid and evaluation process, the City of Rosemead ("City') is accepting qualified contractor(s) to provide proposals to furnish, install, configure, and maintain an integrated Access Control and Camera System ("ACCS") at several City facilities, including all hardware and software required for the City to operate the system. The scope of work for the ACCS is listed in Attachment A. The City is interested in receiving responsive and competitive Bids from experienced and qualified contractors to furnish, install, and configure a fully functional and integrated ACCS, as well as proposals for ongoing maintenance of the system. Background The City of Rosemead is organized under the City Council/City Manager form of government with five departments and approximately 55 full-time employees. The City is a cost-conscious provider of outstanding public services to its residents and local businesses, mostly relying on the contract services model since its incorporation in 1959. The City of Rosemead is a suburb located in the San Gabriel Valley, 10 miles east of downtown Los Angeles. It is bounded on the north by the cities of Temple City and San Gabriel, on the west by Monterey Park, Alhambra, and the unincorporated Los Angeles County community of South San Gabriel, on the south by Montebello, plus by EI Monte and South EI Monte on the east. The City is 5.5 square miles (2,344 -acres) in size. Rosemead is a working-class suburb with a diverse population base. According to the 2020 Census, the City has a population of 51,185. Current Technical Environment The City currently uses Brivo's cloud -based access control solution at two (2) City facilities to manage access control using two (2) card readers/keypads of unknown make and model. The City currently uses the NVMS 9000 camera storage solution for ten (10) City facilities to manage one hundred fifty (150) cameras of unknown make and model. Currently, dozens of cameras are inoperable. The City utilizes Post Alarm for alarm services. Project Objectives The City is seeking Bids from qualified contractors to furnish, install, and configure an integrated Access Control and Camera System ("ACCS") pursuant to the requirements listed in the Scope of Work as outlined in Attachment A, as well as proposals for the ongoing maintenance of the system. Page 16 Scope of Work The City requires at least sixty-two (62) access control points using a combination of card readers/keypads at eleven (11) City facilities. The City requires at least one hundred and fifty- six (156) high-definition cameras at twelve (12) City facilities. The City reserves the right to add/delete card reader/keypad and camera requirements based upon feedback received from qualified contractors, and to add additional security requirements, including hardware and software components, as needs arise. Please see Attachment A for details. Evaluation Criteria A qualifying Bid must address all the following points: 1. Cover Letter a. Project title b. Firm name c. Summary of key elements of the proposal 2. Firm qualifications a. Type of organization, size, professional registration, and affiliations b. Identify and present qualifications of key team members and partners c. Resume of the principal individual(s) to contact for referral d. The Bid must provide a minimum of three (3) reference accounts at which similar work, both in scope and design, has been completed by the contractor within the last two (2) years 3. Understanding of and approach to the project 4. Proposer should clearly address in the Bid response how each element of the Scope of Work will be accomplished, as well as provide a project schedule 5. Summary of approach to be taken 6. Overall costs associated with the project 7. Indication of information and participation required from City staff 8. Other information that may be appropriate Mandatory Pre -Bid Walkthrough Each prospective contractor is responsible for fully acquainting themselves with the conditions of the project site(s) (which may include more than one site), as well as those relating to the construction and labor of the project, to fully understand the facilities, difficulties and restrictions which may impact the total and adequate completion of the project. Page 17 All prospective contractors must attend a mandatory pre -Bid walkthrough on Thursday, September 15, 2022, at 8:00 a.m. Contractors must check in at the City Clerk's Office at Rosemead City Hall, located at 8838 E. Valley Blvd, Rosemead, CA 91770. Contractors who do not attend the mandatory pre -Bid walkthrough shall be deemed ineligible for award. Proposal Submission Hardcopy or Electronic Bid proposals will be accepted as follows: The City must receive three (3) sets of Bid proposals from interested contractors on September 29, 2022, by 10:00 a.m. Please submit all proposals to: Bid 2022-25: Access Control and Camera System Upgrade ATTN: Ericka Hernandez, City Clerk City of Rosemead I City Clerk's Office 8858 E. Valley Blvd. Rosemead, CA 91770 Electronic Bid Proposal Submittals: Electronic proposal submittal through the City of Rosemead's Vendor Portal hosted by PlanetBids at: httos://obsystem.planetbids.com/aortal/54150/Aortal-home. Proposal submittal due date is September 29, 2022. by 10:00 a.m. Faxed, Emailed or late Proposals will not be considered. Calendar of Events Below is the tentative Bid schedule, subject to change: CALENDAR OF EVENTS Bid Available Mandatory Pre -Bid Walkthrough Deadline to Submit Questions Q & A Posted on City's Website Deadline to Submit Bid City Council Award of Contract DEADLINES 9/1/2022 9/15/2022 9/19/2022 9/22/2022 9/29/2022 10/25/2022 (Tentative) Page I8 Selection of Contractor The City Manager's Office will review and evaluate the Bid proposals submitted based on each responding firm's knowledge, experience, skills, past performance, and quality of the proposal. In addition, the following criteria will also be used in the evaluation process: 1. Demonstrated professional skills and credentials of staff to be assigned to the services. 2. Quality of previous services. 3. Overall cost and fees associated with services. 4. The contractor's responsiveness to the requirements of the agreement as set forth in the Bid. 5. A demonstrated understanding of the contractor's work plan and other proposal documents. 6. The contractor's recent experience in successfully conducting contracts of similar scope, complexity, and magnitude, particularly for government agencies. 7. Recent references from local clients with particular emphasis on local government. Permits and Fees All business licenses, permits and/or fees required by codes, ordinances, and statutes of the State of California, the County of Los Angeles, and the City of Rosemead is the sole responsibility of the contractor. The successful contractor will be required to obtain, at its cost, a City of Rosemead business license before final contract approval. Bid Guarantee (Bond) Each Bid proposal shall be accompanied by a certified or cashier's check, Bid bond (the Bid bond must be submitted on the form included in these Bid Documents) or equivalent substitution in lieu of a bond, as authorized by Code of Civil Procedure Section 995.710, in an amount not less than 10% of the Total Bid Price. Any check, bond, or other substitute must be made payable to the City and shall be given as a guarantee that the Bidder will enter into the Contract described in the Bid Documents if awarded the work and will provide a satisfactory Performance Bond, Payment Bond, the required insurance certificates and endorsements, and any other certifications as may be required by the Contract. By submitting a proposal, each Bidder agrees that its failure to enter the Contract if awarded the work or to provide the Bonds and other information or documentation described above would result in damage to the City, and that it Page 19 would be impracticable or extremely difficult to ascertain the actual amount of that damage. For this reason, each Bidder agrees that the Owner may retain the Bid proposal guarantee as liquidated damages if the Bidder is awarded the work but fails or refuses to timely enter into the Contract or to provide the Bonds and other information or documentation described above, except as may otherwise be required by California law. If electing to provide a Bid Bond, as set forth above, each Bidder must obtain such a bond from an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, authorized to do business as such in the State of California and satisfactory to the City. In addition, the Bid Bond must be submitted on the form furnished by the City, or one substantially in conformance with the Owner's form if previously approved in writing by the City. Certified or cashier's checks must be drawn on a solvent state bank or a California branch of a solvent national bank. After the City has made an award to the successful Bidder, and the Bidder has signed a Contract, submitted the necessary bonds, original insurance certificates and endorsements, and any other certifications as may be required by the Contract, the remaining Bid guarantees shall be returned to each particular Bidder if requested by that Bidder. If the City rejects all Bids, it will promptly return to all Bidders their Bid guarantees Prevailing Wage Requirements If the total compensation under the Contract will exceed $25,000, the City will obtain from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages in the locality in which this work is to be performed for each craft or type of worker needed to execute the Contract. These rates are available at the Public Works Services Department of the City upon request or may be obtained online at www.dir.ca.gov. Bidders are advised that a copy of these rates must be posted by the successful Bidder at the job site(s). Signing of Bids All Bids submitted shall be executed by the Bidder or its authorized representative. Bidders will be asked to provide evidence in the form of an authenticated resolution of its Board of Directors or a Power of Attorney evidencing the capacity of the person signing the Bid to bind the Bidder to each Bid and to any Contract arising therefrom. If a Bidder is a joint venture or partnership, it will be asked to submit an authenticated Power of Attorney executed by each joint venture or partner appointing and designating one of the joint Page 110 ventures or partners as a management sponsor to execute the Bid on behalf of Bidder. Only that joint venture or partner shall execute the Bid. The Power of Attorney shall also: (1) authorize that particular joint venture or partner to act for and bind Bidder in all matters relating to the Bid; and (2) provide that each venture or partner shall be jointly and severally liable for any and all of the duties and obligations of Bidder assumed under the Bid and under any Contract arising therefrom. The Bid shall be executed by the designated joint venture or partner on behalf of the joint venture or partnership in its legal name. Designation of Subcontractors Pursuant to state law, the Bidders must designate the name and location of each subcontractor who will perform work or render services for the prime Bidder in an amount that exceeds one half of one percent (0.5%) of the Bidder's Total Bid Price, as well as the portion of work each such subcontractor will perform. Bidders must make these designations, as well as any others requested by the Owner, on the document titled "List of Proposed Subcontractors" which has been included with the Contract Bid Forms. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of Bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. Licensing and Registration Requirements Pursuant to Section 7028.15 of the Business and Professions Code and Section 3300 of the Public Contract Code, all Bidders must possess proper licenses for performance of this Contract. Pursuant to Section 1725.5 of the Labor Code, all Bidders must be registered with the Department of Industrial Relations to be qualified to Bid on this Contract. Subcontractors must possess the appropriate licenses for each specialty subcontracted and be registered with the Department of Industrial Relations. Pursuant to Section 7028.5 of the Business and Professions Code, the Owner shall consider any Bid submitted by a contractor not currently licensed in accordance with state law and pursuant to the requirements found in the Bid Documents to be nonresponsive, and the Owner shall reject the Bid. The Owner shall have the right to request, and the Bidders shall provide within five (5) Calendar Days, evidence satisfactory to the Owner of all valid license(s) currently held by that Bidder and each of the Bidder's subcontractors, before awarding the Contract. Terms and Conditions The following terms and conditions apply to this Bid: Page til 1. Any submission of proposals received after the date and time specified in this Bid will not be considered and will be returned unopened. 2. All material received relative to this Bid will become public information and be available for inspection. The City reserves the right to retain all proposals submitted, whether or not the proposal was selected or judged to be responsive. 3. Due care and diligence have been exercised in the preparation of this Bid and all information contained herein is believed to be substantially correct; however, the responsibility for determining the full extent of the services rests solely with those making responses. Neither the City nor its representatives shall be responsible for any error or omission in this response, nor for the failure on the part of the respondents to determine the full extent of their exposures. 4. The BID does not commit the City of Rosemead to award a contract. The City reserves the right to select a contractor from the responses received; to waive any or all informalities and/or irregularities; to re -advertise with either an identical or revised scope, to cancel any requirement in its entirety; or to reject any or all proposals received. The City also reserves the right to approve any subcontractors used by submitting contractors. 5. The City retains the right to contact any/all proposing contractors after submittal to obtain supplemental information and/or clarification in either oral or written form. Furthermore, an explicit provision of this Bid is that any oral communication made is not binding on the City's proposal process. 6. The City will not be liable for, nor pay for any costs incurred by responding firms relating to the preparation of any proposal for this Bid. Insurance Requirements Within the time specified in these Instructions to Bidders above, Bidder shall provide the Owner with four identical counterparts of all required insurance certificates and endorsements as specified in the Bid Documents. Failure to do so may, in the sole discretion of Owner, result in the forfeiture of the Bid Guarantee. All insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VIII, licensed to do business in California, and satisfactory to the Owner. Page 112 Contract Award The final contract award will be subject to the approval of the Rosemead City Council. Please note: the City reserves the right to award the contract in -part or in -full and to add or remove locations and equipment based upon the City's needs and available funding. The successful Bidder will be notified as to the date and time of the City Council meeting so it may send a representative to the meeting to present himself/herself to the Council and respond to technical questions. Attachment A: Scope of Work The City requires at least sixty-two (62) access control points using a combination of card readers/keypads at eleven (11) City facilities. The City requires at least one hundred fifty-six (156) high-definition cameras at twelve (12) City facilities. The City reserves the right to add/delete card reader/keypad and camera requirements based upon feedback received from qualified contractors. A full list of SERVICE ADDRESSES and equipment needs are listed below. GENERAL PROVISIONS 1. Contractor shall fully inspect and assess the current access control and camera system environment and make recommendations in the Bid to either keep and expand the current system or replace the system. Contractor shall provide a description of all software and hardware systems currently used and/or being proposed in the Bid. If possible, Contractor shall make every attempt to use existing software and hardware so long as it is not in conflict with other requirements of this Bid. 2. Contractor shall provide all qualified and certified labor, materials, supervision, equipment, permits, and software licenses to complete the design, installation and maintenance of integrated access control and camera systems as well as all associated appurtenances in compliance with the manufacturers' guidelines throughout City facilities and yards identified in this Bid. A list of the facilities and their locations are provided in this document in SERVICE ADDRESSES. Knowing the equipment locations, specifications and manufacturers' guidelines for service is the responsibility of Contractor. 3. Contractor, as well as any Subcontractor associated with Contractor, shall possess and maintain a current City of Rosemead Business License. Page 113 4. The Contractor shall possess a current C-7 Contractor's License for Low Voltage Systems. Subcontractor shall possess those current contractor's licenses needed for the work performed under this Contract. 5. Contractor shall carefully examine the project sites. The execution of an Agreement by the Contractor shall be considered evidence that the Contractor has investigated and is satisfied as to the conditions to be encountered, the character and quality of the work to be performed and materials to be furnished, and the requirements of all documents referred to in this Agreement. 6. Contractor's performance shall always present a professional image and a high standard of quality and technical competence. Total responsibility for this is placed upon Contractor. If a conflict occurs between "Best Management Practice" and the specification, "Best Management Practice" shall prevail, and the City shall be notified of any necessary changes to the specified operations/materials. 7. Contractor shall provide a baseline evaluation of units with a schedule for completion of upgrades within 30 days of Notice to Proceed. 8. Should the City elect to acquire routine and preventive maintenance services, Contractor shall provide a proposal detailing monthly maintenance and service fees on all equipment and associated devices related to the access control and camera systems at the SERVICE ADDRESSES specified within this document. The City will review these proposals separately from the installation of the ACCS. ACCESS CONTROL SYSTEM REQUIREMENTS 1. Access control system software shall be a best -in -class cloud -based access control system, equal or superior to Brivo, Genetec, or Amag, with the latest technology for data security, and is fully scalable to allow for new controlled facilities over time. Low cost of ownership, ease of management, robustness, and system reliability will be critical factors in the evaluation process. A system with mobile application access is desirable. Contractor shall provide software licenses. 2. For this Bid, the access control systems will include integration or upgrade of the existing access controls in those sites detailed in the SERVICE ADDRESSES. The City reserves the right to increase or decrease the number of City facilities, systems, and equipment within those City facilities upon award of contract. Page 114 3. All exterior and interior building doors identified in the SERVICE ADDRESSES must be secured and locked/unlocked by the Access Control System as required by the City. 4. Access controls hardware shall be furnished and installed by Contractor at the SERVICE ADDRESSES listed below and shall include, but not be limited to: a. Control Panel b. Proximity Reader c. Power Supply d. Back-up Batteries e. Electrified Panic Bar/Automatic Locking as needed f. Wire, Wire Mold, Connectors, etc. g. Network Connections h. Programming and Testing i. All other wires, boxes, cables, connectors, or other as required. 5. Contractor to provide warranty for Parts and Labor 6. Contractor will provide up to 20 hours of staff training, which will include group and individual sessions. 7. Contractor to furnish and install gate motors, stanchions, and all other appurtenances required for specified facilities. CAMERA SYSTEM REQUIREMENTS 1. Contractor shall furnish and install a best -in -class cloud -based camera control system, equal or superior to Brivo, Genetec, or Amag, with the latest technology for data security, fully scalable to allow for new controlled facilities over time, and is accessible through a single user interface to access cameras at all City facilities. A system with mobile application access is desirable. 2. Camera hardware shall be furnished and installed by Contractor at the SERVICE ADDRESSES listed below and shall include, but not be limited to: Page 115 a. Cameras shall be High Definition (HD), 1080P or better, all-weather (for external cameras only), well connected, correctly focused, and configured for maximum and optimal coverage, including night vision recording where appropriate. Angles shall be site appropriate as required by the City. Lens zooming shall be in accordance with camera specifications. Contractor shall provide software licenses. b. Cameras shall be suitable for each location/application and shall be compatible with the following protocols: L2TP, IPv4, IGMP, ICMP, ARP, TCP, UDP, DHCP, PoE, RTP, RTSP, RTCP, DNS, DDNS, NTP, FTP, UPnP, HTTP, HTTPS, SMTP, SIP, 802.1x. All replacement cameras shall have night vision capabilities, motion activation, be8MB or greater and be PoE capable. 3. Contractor shall provide all supporting switches, boxes, ethernet cables (CATSE or better), connectors, brackets, fittings, clamps, bolts and towers and check for signs of corrosion and damage at existing locations. Contractor shall make repairs or replacements as needed. 4. Contractor shall inspect the physical condition of cameras and housings for signs of deterioration due to rain, dust, and dirt. Contractor shall make repairs or replacements as needed. 5. Where required, Contractor shall furnish, install, and configure camera monitors including all appurtenances at specified facilities. VIDEO/NVR DIGITAL VIDEO RECORDING DEVICES 1. The video recording and storage system shall be an approved system, equal or superior to Hunt or Avigilon with sufficient video inputs for all cameras at all facilities. 2. NVR shall have redundant power supplies. 3. NVRs shall be well connected and configured for optimal recording experience. Configure motion based or continuous recording options. Data is recorded and stacked so that new data is never overwritten, and searchable by date, time, and location. 4. NVR shall be compatible with camera control software where applicable. ADDITIONAL PROPOSAL FOR ONGOING MAINTENANCE 1. Contractor is requested to provide a separate proposal for ongoing maintenance of the ACCS, if applicable to the Contractors work, that will be awarded separately from the P e g e 116 installation of the ACCS. Contractor to is requested to provide a separate proposal for ongoing maintenance that includes the following services: a. Visually inspect all major components (including cabling and connections where accessible) for signs of deterioration or damage and rectify as necessary on call as needed. b. Customer Support: Twenty-four (24) -hours a day, 365 days a year, support from both engineers and technicians. c. Contractor shall perform complete maintenance of mechanical components, digital Network controls/components, design, installation and maintenance of security alarms, access controls, intercom systems, monitoring and camera systems and all associated appurtenances for all facilities locations. d. Contractor shall always maintain all equipment in good working order. Contractor shall assure that all equipment is maintained in a satisfactory condition and capable of providing the designed service with required system performance and reliability. e. Contractor shall, during the service Contract, advise and assist in the design of systems for City Facilities as needed and as determined by the City representative. f. Contractor is responsible to provide any additional material or labor necessary to make the access controls camera systems installation complete and operable, upon approval by City representative. a N W W m l0 l0 t0 N N N� rn N O. rmq j epi f, O a` rn m a E eo V = H lD 00 m l0 lD O N N N o IA cN-I c�-I cM-I � X W a 0 m m m m m m m m m m m m O N N � C CC C C C CCC C C CGCC C C C G C C O Y C U N a M N c -I Ln M N O Ct ID N <F M koN N Q d u Q m c_ N 0 0 0 0 0 O c -I N x W J F a > > a > > > a a N C a Q> Q C C Qa m > 9 o; c o 0 o Q' :32 E Q E O a m C>> m W O m (D W W W<c C W Z (7 N M V M 00 M Ln VI r-1 dT 00 W N W m vi m C a In LM o N co M O 0) 0) N N M N N a -i I, 00 01 M I-. I` m 0) C 0) m 0) N 00 m 00 'a w U Y m a 0 y m } C a w 6. c L a U >, O >-a u In c a Y c O Y +' C > U >' U -0 .0 •� j y}, U C m" Y G d } O C aa+ Y Q E aj (, Cm E cr Y a d Q Ln E a U E U L m A m m CL (7 O U caa E E E E E= E cu cuN w u Z i m 1 0 v 0 u 0} H a m m 7a m 0 0 0 0 0 '-' 0 7 C7 C7 In U' CC = 0C z CC U CC o. N N m V In lD Il 00 Ol O (Ni e -I Page 118 Attachment B: Bid Forms PUBLIC CONTRACT CODE STATEMENT AND QUESTIONAIRE Public Contract Code Section 10285.1 Statement In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has , has not _ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Page 119 Public Contract Code Section 10162 Questionnaire In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, explain the circumstances in the following space. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. Page 120 Public Contract Code 10232 Statement In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two- year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. By: Signature Type or Print Name Title Bidder's/Contractor's State of Incorporation: Partners orJoint Venturers: Bidder's License Number(s): Department Industrial Relations Registered No. NOTES: 1) 91 Business Street Address City, State and Zip Code Telephone Number By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership orjoint venture, give full names of all partners orjoint venturers. Page 121 Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. KNOW ALL MEN BY THESE PRESENTS: THAT , as Principal, and as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of ($ ), being not less than ten percent (10%) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the ACCESS CONTROL AND CAMERA SYSTEM UPGRADE PROJECT as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this day of Principal By: By: Signature Surety Signature 20 Page 122 LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next 2 Pages if needed for listing additional subcontractors."] Name of Subcontractor License No. Description of Work to be Subcontracted: Name of Subcontractor License No. Description of Work to be Subcontracted: Name of Subcontractor License No. Description of Work to be Subcontracted: Name of Subcontractor License No. Description of Work to be Subcontracted: Address DIR Registration No. Address DIR Registration No. Address DIR Registration No. Address DIR Registration No. Page 123 Page 124 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 1. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work 2. Date Completed Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work 3. Date Completed Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work 4. Date Completed Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed Page 125 NON -COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature Typed or Printed Name Title Bidder Subscribed and sworn before me This day of 120 (Seal) Notary Public in and for the State of California My Commission Expires: Page 126 Attachment C: Draft Construction Agreement Attachment B HQE Systems, Inc. Proposal MAIN PROPOSAL FOR (UPGRADE): The City of Rosemead Access Control and Camera System Upgrade (SOLICITATION: 2022-25) Due Date: 29 September 2022 Proposal Prepared For: City of Rosemead 838 E. Valley Boulevard Rosemead, CA 91770 POC: Michael Bruckner Title: Assistant City Manager Email: mbruckner(@citvofrosemead.ore Tel: (626) 569-2106 Proposal Approved By: HOE Systems Inc. 27419 Via Industria Temecula, CA 92590 POC: Mr. OaisAlkurdi Title: Chief Executive Officer Email: Contra ctsCaDHQESVstems.com Tel: (800) 967-3036 X1102 VF IS �/ srnoss ♦ CBS s B . FIRST -116-0 M This proposal contains trade secret and confidential business or financial information exempt from disclosure under the Freedom of Information Act. This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed—in whole or in part—for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of—or in connection with—the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resu!ting contract. This restriction does not limit the Government's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in this proposal and all attachments. All product names, logos, and brands are the property of their respective owners. All company, product, and service names used in this proposal are for identification purposes only. Use of these names, logos, and brands does not imply endorsement. Access Control and Camera System Upgrade a. ,RAP_ Rosemead, CA Table of Contents 1. Cover Letter 3 2. Company Information 4 2.1 Why Our Customers Choose Us 4 2.2 What We Offer 4 3. HQE's Technical Capabilities & Proposed Solution 5 3.1 HQE's Full Electronic Security Systems (ESS) Capabilities 5 3.2 HQE's Full In -House Integrated Electronic Security Systems Capabilities 6 3.3 HQE's Proposed Solution For This Project 7 3.3.1 Project Key Issues and Proposed Solutions For Them 8 3.4 HQE's Proposed Project Approach (Milestones & Schedule) 9 4. BOM, Cost, Training, and Warranty 11 4.1 Bill of Materials (BOM) 11 4.2 Cost 12 4.3 Training 12 4.4 Warranty 13 5. Project Support Plan 14 5.1 Where We Support Our Customers From 14 5.2 HQE's Dedicated Experienced Contract & Technical Leaders 15 5.3 Qualifications of Dedicated Project Team 17 5.4 Experience Of HQE's Dedicated Electronic Security Systems (ESS) Team 18 6. Key Past Performance (Last 3 Years) 19 6.1 Successful Relevant Projects For Reference 20 ATTACHMENT 1: DETAILED COMPLIANCE MATRIX 24 ATTACHMENT 2: RESUMES & COMPANY CERTIFICATION 30 ATTACHMENT 3: LETTERS OF REFERENCE 40 ATTACHMENT 4: REQUIRED DOCUMENTS & DATASHEETS 42 2�' HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) ()Se or I5CIDSu ry Gf i] .. �d x,(19.;/ ,. L]b�b2P _ ':0�h, � w .-; aJ ^r""",_ GT�M G 1. Cover Letter To the City of Rosemead's Procurement Board, Access Control and Camera System Upgrade Rosemead, CA HQE Systems, Inc. is a Service -Disabled -Veteran -Owned Small Business (SDVOSB) with its global headquarters in Temecula, CA. HOE Systems is pleased to submit a response to the City of Rosemead's request for an offer regarding the Access Control and Camera System Upgrade. Since 2014, HOE Systems has been designing, engineering, installing, and maintaining fully -integrated Access Control Systems (ACS), Intrusion Detection Systems (IDS), and Video Surveillance Systems (VSS) solutions for a host of clients worldwide. It is with great pleasure that we present you with the following response to provide the City of Rosemead with the Access Control and Camera System Upgrade, to include: An experienced local California company with all of the required licenses, certifications, and experiences to successfully start the project on day one of the contract award. ❖ A dedicated team managed by PMP Certified Access Control and Camera Systems experts. A technical team that has completed projects that required existing multiple site systems to be upgraded and modernized to compliance standards and client's specifications. ❖ The most modern AMAG system and all of the peripheral equipment, materials, software, and licenses to ensure the system meets all of the City's requirements Full turn -key solution including designing, installation, organization, Training, and Warranty of the new Access Control and Camera System Upgrade The Access Control and Camera System Upgrade solution being offered for solicitation 2022-25 from HOE meets or exceeds all specifications of the stated requirements. HOE acknowledges, understands, and complies with all FARS, Scope, Requirements, and Instructions outlined in the document(s), the Statement of Work (SOW), amendments, and attachment(s) provided by the City of Rosemead. If you have any questions or concerns, please contact our dedicated team for this project: Contract Issue POC: Mr. Qais Alkurdi Chief Executive Officer Contracts@HQESystems.com (800) 967-3036 Ext 1102 Technical Issue POC: Mr. David Ditto Lead Program Manager /ACS and VSS Expert BDOHQESvstems.com (800) 967-3036 Ext 1109 Customer Support: Ms. Desiree Carr Customer Account Manager BD(@HQESvstems.com (800) 967-3036 Ext 1106 Company Name: Address: Phone/Fax: Classification: DUNS/UEI Number: CAGE Code: Federal EIN: VA VetsFirst: Authorized Official, HOE Systems, Inc. 27419 Via Industria, Temecula, CA 92590 1(800)967-3036/1(760)645-7183 Certified California Disabled Veteran Business Enterprise (2001433/ACTIVE) Certified California Small Business Enterprise (2001433/ACTIVE) Licensed & Bonded California C7 Contractor (1087628/ACTIVE) 079240822/YGCSL35ZWAD7 CA SB/DVBE: 2001433 72W82 SAM/WAWF: CERTIFIED/ACTIVE 46-4509670 SDVOSB: CERTIFIED/ACTIVE CERTIFIED/ACTIVE CSLB C7 LIC: 1087628/ACTIVE Qais Alkurdi, CEO - Disabled Veteran/Retired 3 ) Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. \\ CI VERIFIED 2. Company Information 2.1 Why Our Customers Choose Us HOE Systems, Inc. (HQE) is a Department of Homeland Security Certified Service Disabled Veteran Owned Small Business (SDVOSB) with its global headquarters in Temecula, California. HQE was founded by service -disabled veterans who wanted to continue to serve our communities after honorably serving in the military. For a short period, the founders of HQE worked as Subject Matter Expert (SME) Engineers and managers for our nation's largest Fortune 50 technology companies. With the work ethics sharpened in the military and the technical and project management knowledge gained from working for Fortune 50 companies, the founders of HQE decided to open its door officially in 2014. Since then, HOE has grown to become an internationally recognized full-service technology company servicing over 1,000+ sites worldwide. The value of HOE goes beyond just our technically exceptional offer and price. Since 2014, we have continued solving problems for our clients through innovative software development and systems integration. Any company can offer a piece of equipment and install it. That's the easy part. But very few are capable of integrating legacy technologies with modern systems. Ultimately, our new customers always become our longtime customers due to our ability to solve problems others won't touch. We solve problems! But more importantly, we will ALWAYS GO THE EXTRA MILE TO SERVE YOU AND YOUR TEAM! Access Control and Camera System Upgrade Rosemead, CA 2.2 What We Offer , 4'{ 1 ■ ,' v SMS ALENT CODE A ' O fV ;. ALERT SURVEILLANCE ACCESS INTRUSION OUTDOOR INDOOR ELECTRONIC SOFTWARE SYSTEMS CAMERAS CONTROLS DETECTION GIANTVOICE PAGING MASSALERTS DEVELOPMENT INTEGRATIONS 4 ( Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. co ;V4 rIKEP-211111111111 Access Control and Camera System Upgrade Rosemead, CA 3. HQE's Technical Capabilities & Proposed Solution 3.1 HQE's Full Electronic Security Systems (ESS) Capabilities HOE provides full turn -key solutions and services for all ESS capabilities. Our ESS engineering and technical teams have the experience and know-how to support projects of any size and scope successfully. HOE can provide solutions for systems design, planning, installation, upgrades, and sustainment services. We can provide the full spectrum of solutions as a full turnkey service because all of the core capabilities are in-house. HOE can provide full solutions for the capabilities listed below: :• Command Centers: Single to multi -site command and control capabilities. Access Control Systems: Locks, card readers, and software management systems. a Intrusion Detection Systems: Perimeter, windows, and door alarms. Video Surveillance Systems: Indoor, Outdoor, Fixed, and PTZ cameras with licenses. Entry Point Systems: Single & multiple entry point pedestrian and vehicle access systems. Monitoring Services: Dedicated or systems alarm / alert coordination services. Maintenance Services: Short & Long Term Preventative & Corrective Maintenance. ESS Consulting Services: Design, Engineering, Upgrade, & RFP Management Services Compliance Subject Matter Experts: With over 155+ years of combined ESS hands-on experience, HOE has demonstrated mastery of understanding the compliance laws of the industry. Our clients have the utmost confidence in our team to successfully engineer, install, and maintain systems within the compliance laws and regulations identified below. VLDSAS S SA =_TAA = NDaa_ COMPLIANT COMPLIANT ry NFPA V*AIt9 V41:11111:11110! * Note: HQE provides a solution and not a compliance service. 5 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA 3.2 HQE's Full In -House Integrated Electronic Security Systems Capabilities SMART Fully Integrated Electronic Security System Video Surveillance Solutions Access Control Solutions Intrusion Detection Solutions "0N 1 = 000 /l OOU OOJ ' -f { Y y ` *Note: The image above is provided for reference only. For the actual system being proposed, see attached technicaldatasheets. HOE prides itself in providing all of the design, installation, testing, training, and maintenance service with our in-house Video Surveillance Systems (VSS), Access Control Systems (ACS), and Intrusion Detection Systems (IDS) Subject Matter Expert (SME) Engineers and Technicians. HOE'S VSS, ACS, & IDS capabilities include (not limited to this list): ❖ Monitoring Command and Control (C2) Software n Software Upgrades Full ACS Software Mobile ACS Software •'r Controllers n Door Controllers Network Controllers Wireless Controllers • Access Systems ➢ Key Pads Proximity Readers ID Badge Readers :• Intrusion Systems n Motion Sensors Contact Sensors Proximity Devices •: Video Surveillance ➢ All CCTVs Video Management Video Recording n Monitoring Solution Closed & Open Systems Tracking & Recognition HOE is capable of providing a component upgrade to your existing system or a full solutions consultation, design, installation, upgrade, and or maintenance service. With all of the engineering design and installation team on hand, HQE can quickly solve your issues and be on-site to install within weeks if not days! 6 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA 3.3 HQE's Proposed Solution For This Project Specific to this solicitation (PWS 2022-25), HQE's capable of providing the specified AMAG Access Control and Camera System Upgrade for the City of Rosemead. As HQE is a brand agnostic systems integrator and ACS, IDS, & VSS solutions provider, HQE is providing the ideal ACS, IDS, & VSS solution and maintenance service that would fit the needs of the City of Rosemead without pushing a "specific brand" or "product" for the sale. After carefully analyzing the requirement, HQE will provide the following solution from the specified manufacturer: AMAG Access Control and Camera System. The proposed Access Control and Video Surveillance System are the world's most secure, reliable, and easy -to -operate modern ACS, IDS, & VSS solutions. This solution meets or exceeds all specified requirements of the solicitation. The AMAG solution offered to the City of Rosemead is the world's SMARTEST ACS & VSS. The system is manufactured from military -grade materials that can withstand the harshest environments. At the core, an intelligent ACS & VSS will provide the specified solution to help increase on-site security while reducing overall operational requirements. However, after close inspection, you will notice that the sub -systems are designed to increase the site's security posture and operational efficiency to reduce the overall resource drain as it is a highly reliable system. The AMAG Access Control and Camera Systems are the world's most scalable systems that can be deployed in any size and scope of a project. For the City of Rosemead's Access Control and Camera System Upgrade, HQE's dedicated Project Manager, Engineers, and Technicians have identified the following key issues that must be addressed by our team for the successful implementation of this project. ACCESS CONTROL �i ALARM SIRENS 101f_11_1� VIDEO SURVEILLANCE FULL IN-HOUSE ELECTRONIC SECURITY SYSTEMS PROVIDER H1�7� ALERTING SYSTEM INTRUSION CONTACTS I 7 I Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA 3.3.1 Project Key Issues and Proposed Solutions For Them The following information demonstrates that HQE has studied, assessed, and developed achievable and sustainable solutions to ensure the success of this project. The following information is only to highlight the key issues of the project. Note that any contractual terms will be adhered to in addition to providing the specified requirements by the City of Rosemead. HQE's Project Approach and Solution For The City of Rosemead's Upgrade Project 1 City of Rosemead's The City of Rosemead requires qualified and certified labor, materials, supervision, equipment, HQE's Proposed Requirement permits, and software licenses to complete the design, installation, and maintenance of integrated Solution Plan are split into two primary teams. These teams are task organized specifically for the City's Access access control and camera system in compliance with the manufacturers' guidelines throughout Solution Plan Control and Camera Systems Upgrade and Maintenance. HQE has ensured that the deployment City facilities. HQE's Proposed HQE Systems, Inc. ("HQE") has an experienced certified AMAG Access Control Camera System Solution Plan team who has successfully designed, upgraded, and maintained Access Control and Camera to assess, upgrade, and service all of the sites without any delays in the project. As a full-service Systems for multiple sites and large area projects for all levels of our government. These projects electronic security systems service company, servicing a project of this size and scope is standard. have been worldwide, most recently in Los Angeles, San Diego, and for the CAI -Trans Authority. As a local company, HQE can perform to the standards as specified per the City's requirements. Specifically to this requirement, HQE has dedicated an AMAG and AXIS -certified technical and engineering team to execute all project phases to the City's standards. HQE will provide the following: • AMAG certified technicians • All labor to be provided by certified technicians • Materials, tools, equipment, accessories • Provide the 20 hours of training by a Master AMAG and AXIS certified training engineer • 1 -year standard warranty • As requested in the RFP maintenance service 2 City of Rosemead's Requirement The City of Rosemead's project is at multiple facilities at multiple locations. HQE's Proposed HQE has a full dedicated technical AMAG systems team assigned to the City's project. The teams Solution Plan are split into two primary teams. These teams are task organized specifically for the City's Access Solution Plan Control and Camera Systems Upgrade and Maintenance. HQE has ensured that the deployment schedules for these teams are synchronized with the City's project timelines, holidays, and the milestones of this project. This means that HQE's dedicated team will be available 24/7 to the City to assess, upgrade, and service all of the sites without any delays in the project. As a full-service electronic security systems service company, servicing a project of this size and scope is standard. As a local company, HQE can perform to the standards as specified per the City's requirements. 3 City of Rosemead's The City of Rosemead's overall requirement is for upgrades and maintenance. Requirement HQE's Proposed HQE is submitting an upgrade and a maintenance proposal. HQE's dedicated AMAG upgrade team Solution Plan is set up to perform both the upgrade and the full-service maintenance. HQE has the certified training, experience, and know-how to perform every stated task of the RFP. 8 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade _1 Rosemead, CA 3.4 HQE's Proposed Project Approach (Milestones & Schedule) HQE utilizes a simple but highly effective modified waterfall project management process that is ideal for the City of Rosemead's need for this specific Access Control and Camera System Upgrade project. Based on the RFP 2022-25 HQE's dedicated project management team has established the following waterfall project management goals and milestones. Estimated Project Work Days On Site: - 69 aQ Fa TESTING & CUSTOMER PLANNING PREPARATION INSTALLATION opo 0WO Z'S TRAINING SERVICE PHASE PHASE PHASE O< PHASE PHASEWZw 00 HQE City of AMAG HQE, Dedicated Program & Project Managers Will Manage This Endre Process For The Client 2 Goals of this phase are: Rosemead * Note: The proposed estimated days above do not take into consideration any scheduling conflicts, unexpected changes to the availability of supplies from the manufacturer, inclement weather, COVID-19 Pandemic, and or civil unrest issues that may cause delays in the overall project. HQE will inform the City of Rosemead of any potential delays if any arise during any phase of the project. Planning Phase Participant(s) 1 This phase is initiated when HQE receives the intent to award notice from the client. HQE City of AMAG 2 Goals of this phase are: Rosemead 3 Coordinate and finalize all administrative (contract) requirements X X 4 Conduct an internal kickoff meeting with the HQE's designated staff and the OEM/Suppliers to prepare for the project. X X 5 Coordinate the details of the official kickoff meeting for the project between HQE's designated staff and the City of Rosemead's stakeholders. X X 6 Conduct the official kickoff meetingto include: • Project team introductions • Request for any final information/updates for the project X X • Discuss general milestones & schedule 7 Create the project milestones and schedule based on the discussions with the OEM & client X X 8 This phase ends when the plan is established by HQE and approved by the client Designing Phase Participant(s) 1 This phase is initiated when HQE receives the approval for the updated project plan based on the information gathered during the planning phase. HQE City of Rosemead AMAG 2 Goals of this phase are: 3 Technical design of the specified systems requirement is compiled into the comprehensive overall system engineering and design architecture. X 4 An updated detailed bill of materials (BOM) is finalized (hardware, software, and consumable materials) and requisitioned from the suppliers. X X 5 HQE to update the overall lead times of the supplies being ordered to the City of Rosemead that may impact the initial project. X X 6 All critical components are bench tested at HQE's facilities to ensure proper function and prepared for installation. X 9 i Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA 7 HQE to coordinate with the client's project POC to confirm the execution schedule. X X 8 This phase ends when the planned equipment/materials are on-site to start the hands-on portion of the project on-site. Execution Phase Participant(s) 1 This phase is initiated when the exact date is confirmed for HQE's team to be on-site to perform the hands-on execution of the project. HQE City of Rosemead AMAG 2 Goals for this phase are: 3 Link up and meet the Client's POC and other stakeholders on-site. X X 4 HQE to coordinate with the City of Rosemead to capture all on-site DOs and DON'TS that were not previously identified. X X 5 HQE to perform all specified tasks on site. X 6 Conduct internal testing of the system installed to the OEM's proper function standards. For any test results that do not meet the OEM standards, HQE will fix the issue to ensure all internal tests meet the OEM standards forthe final performance. X 7 HQE to coordinate with the client for the test and turnover date. X X 8 This phase ends when testing and turnover dates are agreed to by all parties. Test, Training, & Turnover Phase Participant(s) 1 This phase is initiated when the test and turnover dates are agreed to by HQE and all stakeholders. (HQE & City of Rosemead) HQE City of Rosemead AMAG 2 Goals for this phase are: 3 Detailed site walkthroughs of all the works performed by HQE. X X 4 HQE to test the agreed-upon percentage of the system with the client to ensure the proper functioning of the system per the OEM standards. X X 5 HQE to fix any issues during the test and turnover phase. X X 6 HQE to provide the client with the systems test and turnover files/ report. X X 7 HQE to conduct any training required by the client per the RFP. X X 8 This phase ends when the client signs off on the test and turnover certificate. Customer Support Phase Participant(s) 1 This phase is initiated when the client accepts the system. HQE City of Rosemead AMAG 2 Goals of this phase are: 3 Provide the level of customer support as required in the solicitation for all technical issues that may arise during the settime duration of the contract. X X 4 Provide the service calls as specified in the solicitation required by the City of Rosemead. X X 5 Provide any offered virtual refresher training as required and agreed by HQE. X X 6 Provide the required report specified in the solicitation to the City of Rosemead. X X 7 IThis phase ends on the last day of the specified solicitation performance task requirement. ' NOTE: HQE's initial plan can be modified if the City of Rosemead desires. We understand that the details of the project and timelines may have changed since the posting of the solicitation. 10 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 4. BOM, Cost, Training, and Warranty 4.1 Bill of Materials (BOM) Access Control and Camera System Upgrade Rosemead, CA # Part # Equipment Descriptions QTY Symmetry Javelin 870 Prox Wallswitch Reader - Supports 1 870 64 HID prox, 4" range* 2 Bosch DS150i REX Devices 64 3 HQE-Maglocks Maglocks 11 4 HQE-Door Strikes Door Strikes 53 5 M2150-4DBC AMAG 4DBC 8 6 M2150-8DBC AMAG 8 DBC 6 7 MN -NIC -5 AMAG NIC 11 8 AltronixAL1012ULX Altronix 10amp Power Supplies w/ ACM 15 CISCO 9 POE Switch 12 CBS350-24P-4G UNV FuIIHD 1080p (2MP) Prime I NDAA Compliant 10 IPC322SB-DF28K-10 Weatherproof Vandal Dome IP Security Camera with a 152 2.8mm Fixed Lens and LightHunter Illumination Technology UNV 2MP NDAA-Compliant LightHunter IR Mini PTZ Dome IF 11 IPC6312LR-AX4-VG 4 Security Camera 12 HQE-Poles 15ft Poles for Cameras 6 13 Ubiquiti airFiber 24 Ubiquiti Air Fiber PtP Set 4 14 HQE-PoE PoE Injector 4 15 HQE-Service Trenching for cameras/acs 2 Dell EMC PowerEdge 16 AMAG Server v9.4 1 R240 17 Dell 3080 AMAG Badging Workstation w/ License 1 Dell PowerEdge Server 18 rack -mountable 2U AMAG NVR 1 2 -way 1 x Xeon Silver GHz 7R49W 19 PRO -LIC -064-V9 64 Reader License 1 20 VID-CAM-128-V9 128 Camera License 1 111 , HOE SYSTEMS, INC. 1 A Service -Disabled Veteran Owned Small Business (SDVOSB) Access Control and Camera System Upgrade Rosemead, CA 21 VID-CAM-032-V9 32 Camera License 1 22 HQE-Misc Misc 220 23 MN-CAB4A Enclosures 14 24 Dell 3080 Camera Viewing Stations 10 25 HQE-Mounts Camera Mounts, typical 156 26 Fargo DTC1250e ID Card Printer - Single -Sided 1 27 Fargo YMCKO Fargo 45000 Color Ribbon 1 Smart Card Encoder - USB cable. For use with Symmetry versions from v9.3 onwards. Encoder hardware for encoding Contact & Contactless MIFARE and DESFire smartcards (USB port required). Provides an additional hardware encoder for 28 OMNIKEY-5422 systems that have already purchased the card encoding 1 module and customer code authorization. Does not support deprecated MIFARE PLUS Encoding using Encryption. (NOTE: DESFire encoding requires an AUTH-DES-099 authorization sentinel for each client that encodes cards.) 4.2 Cost q Budget Summary Estimate 1 Total Labor $ 146,657.45 2 Other Direct Costs (ODC's) $ 63,419.85 3 Equipment $ 247,331.57 Total Estimate $ 457,408.87 * Discount: HQE is a Service -Disabled Veteran -Owned Small Business (SDVOSB). As a small business, HQE appreciates all payments executed NET 15 or sooner. For NET 15 or sooner payments, HQE will provide One Percent (1%) Discount. 4.3 Training HQE will provide the City of Rosemead with the training specified in the solicitation. Following general training is offered for review. If no training support is specified, the below do not apply. 4 HQE's Master Trainers have over 15+ years of formal trainer credentials. Our Master Trainers have years of experience providing all levels of training to clients. All the training provided to the customer will use proven methodologies to ensure that the assigned customer's staff ends the training period with a true understanding of the system. A. HQE is capable of providing training in person and or virtually (based on the client's request) ➢ General user training: 20 hours in total (for groups and individuals) 40, the City of Rosemead will be provided with training materials Unlimited access and download of user manuals Unlimited access download of training materials ➢ Unlimited viewing and access of the training videos 4.4 Warranty ❖ HQE will provide the 1 -year standard warranty. 12 i Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. G 5. Project Support Plan 5.1 Where We Support Our Customers From Access Control and Camera System Upgrade Rosemead, CA HOE'S global headquarters is located in the Westside Technology Park of Temecula, California. HQE's HQs consist of the company's management division, technical staff offices, and two major supply warehouses. Our supply warehouses are stocked with 5% to 10% of high -usage repair parts. Recently, HOE has increased the quantities of the in -stock parts to mitigate the long-term lead times. In addition, HQE has an in-house technical laboratory to support advanced systems integrations and upgrades. As a global service provider, HOE provides support from multiple locations. Main HQ Office Eastcoast Support European Support Office 27419 Vialndustria 49000'HearAvenue MuhldorferStrasse1 Temecula, CA 92590 Suite 10 85661 North Charleston, SC Forstinning- Germany ® ® Technical Support Locations © © © © 0- 0, © • Charleston, SC Headquarters Office • Temecula, CA HQE's Technical Support Teams/Partners Locations Region I: Western U.S. Region II: Central U.S. Region III: Eastern U.S. Sacramento, CA Houston, TX Washington, D.C. Los Angeles, CA San Antonio, TX Quantico, V.A. San Diego, CA Nashville, TN Raleigh, NC Seattle, WA Little Rock, AR Manchester, NH Phoenix, AZ St Louis, MO Atlanta, GA Salt Lake City, UT Louisville, KY Tampa, FL Albuquerque, NM Indianapolis, IN (Pending) West Palm Beach, FL Denver, CO Oklahoma City, (Pending) New York City NY Note: Europe (Region IV) & Asia (Region V) support team/partner locations not shown. Locations do not depict a formal office. Rather HOE has full-time, part-time, independent contractors, and value partners that can provide support if required. 13 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of th's proposal 'Tc.a r.._.., BUS Access Control and Camera System Upgrade Rosemead, CA 5.2 HQE's Dedicated Experienced Contract & Technical Leaders � Q ais Alkurdi Corporate Monitor/Contract Manager ALsmxtJI& +a nen `, Va Mr. Qais Alkurdi has over 17+ years of Access Control and Camera System experience. His experience ranges from being an on -the -ground technician in multiple combat zones to managing major government projects after his honorable military service. From the beginning of his career, Mr. Alkurdi has fulfilled all the key positions for complex projects. As the Chief Executive Officer for HOE, Mr. Alkurdi is responsible for managing all aspects of this contract to ensure compliance with and adhere to all aspects of the terms and conditions of the service agreement. Mr. Alkurdi will be intimately involved from contract award to the end of contract turnover. He will ensure the team provides quality service and the best solution to the City of Rosemead. Mr. Alkurdi has successfully managed over 250+ major complex contracts for Fortune 50 companies and HQE since being honorably discharged from the military. David Ditto Program Manager LL SJ Mr. Ditto has over 14+ years of direct Access Control and Camera System experience. A certified Project Management Professional, Mr. Ditto has managed major complex projects for clients from both sides of the project. Mr. Ditto has years of experience designing and drafting systems requirements as a Government Official. This experience allows Mr. Ditto to see what obstacles our clients are trying to overcome for any size project. This experience allows Mr. Ditto to manage the solution to meet the client's short-term and long-term sustainment requirements. The industry considers Mr. Ditto a subject matter expert for all aspects of Access Control and Camera systems. Mr. Ditto has designed, installed, upgraded, and maintained over 6,000+ Electronic Security Systems worldwide. With his hands-on experience and honed contact management skills, contract delivery process. Mr. Ditto will oversee and ensure every step of the 14 1 Page HOE SYSTEMS, INC. I A service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA 4 r Charles Lewis Program Manager - QC/QA PMP i. Iq l Ol AIJ Mr. Charles "Chuck" Lewis has been hand-picked for this project to ensure all of the services and solutions provided are of the highest quality. With over 27+ years of leadership and technical experience, he is a true subject matter expert for Access Control, and Camera System Upgrade solutions. Mr. Lewis has successfully managed strategic communications/security assets on U.S. Naval submarines, ships, aircraft, and military installations, protecting our nation's most sensitive and strategic sites. Mr. Lewis is known for meticulous attention to detail. As a Project Management Professional, he understands how to maximize the team's productivity in any environment for any project. Mr. Nick Ellis has over 13+ years of direct Electronic Security Systems experience. Mr. Ellis is trained and factory -certified with most of the major national brands. He is a technical subject matter expert with factory -level training and years of designing, integrating, installing, and upgrading over 4,500+ Electronic Security Systems endpoints. Mr. Ellis also has over 10+ years of leading technical teams on multiple site/facilities projects. After assessing the scope of work, HQE's leader hand -selected Mr. Ellis for this project for the City of Rosemead. This was due to Mr. Ellis' recent successful project that was similar in size and scope to the City of Rosemead's project. The handpicked project leadership team has worked together on over 30+ successful projects in the past year. All the collaborated projects were completed and met the customer's expectations contractually and technically. 15 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Nick Ellis Lead Project Manager po -4b w cVa Mr. Nick Ellis has over 13+ years of direct Electronic Security Systems experience. Mr. Ellis is trained and factory -certified with most of the major national brands. He is a technical subject matter expert with factory -level training and years of designing, integrating, installing, and upgrading over 4,500+ Electronic Security Systems endpoints. Mr. Ellis also has over 10+ years of leading technical teams on multiple site/facilities projects. After assessing the scope of work, HQE's leader hand -selected Mr. Ellis for this project for the City of Rosemead. This was due to Mr. Ellis' recent successful project that was similar in size and scope to the City of Rosemead's project. The handpicked project leadership team has worked together on over 30+ successful projects in the past year. All the collaborated projects were completed and met the customer's expectations contractually and technically. 15 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. z,r3TCMS ,~` Access Control and Camera System Upgrade Rosemead, CA 5.3 Qualifications of Dedicated Project Team HQE's dedicated project team has over 155+ years of Access Control and Camera Systems engineering design, installation, and maintenance experience. All assigned personnel have active security clearances and full background checks. Dedicated Staff To This Project 19 EXPERIENCED Q CAPABLE TRUSTED CERTIFIED Qais Alkurdi Corporate Monitor Systems & Contracts Expert David Ditto Program Manager PMP Certified Project Lead Rodney Rayle Chuck Lewis Support Services Manager Operations Manager Materials & Support Expert PMP Certified Quality Engineer IATERIALS SUPPORT TEAM ENGINEER SII PPORT TEAM TECHNIC LTEAMI Charles West Martin Dlaz Ruben GarrJa OEM Coordinator L software Integrator III r JR ProJect Manager III L, I Field Phillip Rhoads I I nnoel nppnpuez Warehouse Tech 111 Bench Test Tech III The City of Rosemead, CA I I I J I I � I L— — — — — — — — — — Ghuck Flsh Curt Caneoa III Bench Teat Tech II Technician III Nick Ellis Engineering Manager Cyber & Integrations Expert TECHNICAL TEAM ] rasa^ Jona••, JR Project Manager Kevin Ford Fleltl Engineer 11 Dominick Anderson Technician 111 Technician 111 Line Management Staff Key Responsibilities For The Project 1 Mr. Qais Alkurdi Corporate Monitor -Systems and Contracts Management Subject Matter Expert 2 Mr. David Ditto PMP Certified Program Manager- Primary POC to City of Rosemead 3 Mr. Chuck Lewis PMP Certified Program Manager- Quality Control (QC) and Quality Assurance (QA) 4 Mr. Nick Ellis Engineering Manager- Systems Integrations, Cyber, and Systems Security 5 Mr. Rodney Rayle Support Services Manager- Provides Materials and Engineering Support 6 Mr. Charles West Field Engineer- Coordinates With All OEMs To Meet Project Milestones & Timelines 7 Mr. Jaime Jauregui Purchasing Tech - Procures All Materials To Meet The Project Schedule 8 Mr. Phillip Rhoads Warehouse Tech- Prepares and Ships All Tools, Materials, and Equipment 9 Ms. Lara Batiz Engineering Drafter- Provides All Technical Drawings, As-Builts, Documents 10 Mr. Martin Diaz Software Engineer- Provides All Software Engineering Support To The Project 11 Mr. Jason Jenson JR Project Manager -Supervises Technical Team 2 & Provides Customer Support 12 Mr. Kevin Ford Field Engineer - Ensures All Systems Installed Meet OEM Engineering Standards 13 Mr. Dominick Anderson Technician - Provides All Installations, Upgrades, and Maintenance Support 14 Mr. Joe Castle Technician - Provides All Installations, Upgrades, and Maintenance Support 15 Mr. Ruben Garcia JR Project Manager - Supervises Technical Team 1 & Provides Customer Support 16 Mr. Andrew Hernandez Field Engineer- Ensures All Systems Installed Meet OEM Engineering Standards 17 Mr. Fern Abundis Technician - Provides All Installations, Upgrades, and Maintenance Support 18 1 Mr. Curt Canepa Technician - Provides All Installations, Upgrades, and Maintenance Support 16 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA 5.4 Experience Of HQE's Dedicated Electronic Security Systems (ESS) Team Note: Above experience is assessed by HOE's management team for proficiency and understanding. 17 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Experienced ESS Full Service Team DESIGN INSTALL MAINTAIN Experience To Enable Project Success Cais David Alkurdi Ditto Charles Lewis Nick Ellis Charles West Kevin Ford Andy Hern. Fern Abundis Joe Castle Ruben Curtis Garcia Canepa Jaden Bailey Matt Kragen i Military Veteran X X X X x X x X 2 ACS/IDS/VSS Expert X X X X X X X x X X X 3 Formal Education X X X X X X X X X X X x 4 Project Management X X % X X % X X X X X X 5 Microsoft Office Suite X X X X X X X X X X X X X 6 ACS/IDS/VSS Design X X X X X X X X X X 7 ACS/IDS/V55 Installation X X X X X X X X X X X 8 ACS/IDS/VSS Maintenance % % x X x X X X X X X 9 ACS/IDSNSS Upgrades X x x X X X X X X X X X % 10 ACS/IDS/VSS Programming X X X X X X X x X X X X 11 Remote Troubleshooting X x x X X X X X X X X 12 Analog Systems Upgrades X X % X X X I X X x x 13 Digital Systems Scaling X x x X X X X X X X 14 Network Security X x X X X X X X x X X X 15 IP Based Systems X x X X X x X X X X X X X 16 Fiber Optics Cabling x x X X X X X X X x X X x 17 CAT Cabling/ POE X X X X X X X X X x X X X 18 Media Cards/ Switches X X X X X X X X X X % % x 19 Security Software X x x X X X X X X X X X 20 Network Servers X X X X X % X X X X X X X 21 SAP Security Technology X X X X X X X X X X X X x Note: Above experience is assessed by HOE's management team for proficiency and understanding. 17 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA 6. Key Past Performance (Last 3 Years) Over the past three years, HOE has designed, implemented, and handed over numerous global projects. Our success has been built on our capabilities to be of value to our clients by providing the needed service at the right phase of the client's requirements. From small to major projects, HOE has participated in every phase of the requirements lifestyle. The below graphic depicts projects for which HOE was directly responsible for successfully completing the project. In the past 3 years, HQE has deployed multiple teams worldwide to earn a S -star customer service rating in the Department of Defense's performance rating. •� General Consulting: Providing subject matter expertise to conduct gap analysis and design a partial or complete solution requirement that can be utilized to purchase a solution. •8 Project Management: Providing oversight and operations management services to oversee a specified project. Installation & Upgrades: Providing hardware, software, and integration services for new capabilities. When requested, upgrade the current legacy system in place. Maintenance & Sustainment: Providing scheduled preventative and corrective maintenance. To include on-call service support for systems in place. Full Turn -Key Projects: Providing full-service support from start to finish of single or multiple projects. HQE's value to the client is that with our in-house design, engineering, installation, and software team, we can accomplish any size and scope project required by our clients. ��• FAYETH COUNTY •�� PUBLIC SCHOOLS University of Hawaii 46`igS`' San Pasqual Bund OI Mis,ion Indians Alliance Health A ?ton , w F S b t ,. ac VIRm Children's Hospital LOS ANGELES. USDA TACOMA*.ra Note: All product names, logos, and brands are the property of their respective owners. All company, product, and service names used in this proposal are for identification purposes only. Use of these names, logos, and brands does not imply endorsement. 18 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA 6.1 Successful Relevant Projects For Reference 19 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal Past Performance Contract Details Past Performance Contract General Project Description Client Name San Pasqual •:• Proiect Background: > The Indian Nation of San Pasqual required a complete Organization Police Department Industry Defense & Aerospace upgrade, installation, and long-term maintenance of the military bases (worldwide). Location(s) Industry Local Government Access Control System and CCN complete system and Bases other life safety equipment. Location(s) Valley Center, CA • U.S. Bases • Overseas Bases + The complexities of the oroiect were: System Purchased Electronic Security Systems Mass Notification Systems System > Remote installation and maintenance sites n Over 20+ existing systems insensitive facility Mass Notification Systems military sites that required detailed planning with Contract # Contract # Multiple Contracts n Limited work hour access due to nature of the facility Contract $250 000+ going) Contract Value + The Final Solution Provided: 1 value Contract > Integrated CCN system that was centralized for the law Contract Period Sept 2020 -Ongoing enforcement department to manage > Scheduled maintenance service for CCN system(exterior and interior) > Provided early warning sirens and access control systems Value Of HOE's Final Installed Solution: n Saved the Nation estimated $75K for the upgraded system > Saved the Nation estimated $30K+ for the 3 years of CCN maintenance to be services Increased reliability of the CCN system from HQE's technical experts managing the system 19 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal Past Performance Contract Details Past Performance Contract General Project Description Client Name U.S. Navy & Marine Corps + Proiect Background: ➢ The U.S. Marine Corps required installation and maintenance of Electronic Security Systems to be Organization Federal Government / DoD Industry Defense & Aerospace upgraded from the legacy systems currently on all of the military bases (worldwide). Location(s) U.S. Marine Corps Military Bases ❖ The complexities of the oroiect were: • U.S. Bases • Overseas Bases > Integrate Electronic Security System into complex military communication and security IT infrastructure > Installing ESS endpoints and Giant Voice into sensitive System Electronic Security Systems Purchased Mass Notification Systems military sites that required detailed planning with Contract # Multiple Contracts 2 multiple stakeholders + The Final Solution Provided: > Modern Electronic Security for command and control of Contract Value $4,805,496+ each Marine Corps Base Contract June 2018- Present Period > Upgraded Giant Voice in multiple sites > Provided ESS endpoints to ensure site security + Value Of HOE's Final Installed Solution: > Provided a solution that did not require a complete replacement solution. HQE's solution fully integrated modern capabilities with the existing legacy cameras. Saved the Marine Corps $450K in upgrade costs > Provided a single emergency management portal for all of the previously stove -piped legacy safety systems 19 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal Access Control and Camera System Upgrade Rosemead, CA 20 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Past Performance Contract Details Past Performance Contract General Project Description Client Name U.S. Air Force ❖ Proiect Backeround: > U.S. Air Force required modern CCTV systems and Organization Federal Government / DoD Intrusion Detection systems on multiple installation sites that would alleviate the continuous maintenance issues Industry Defense & Aerospace with the existing legacy IDS/ACS/CCTV system. Location(s) 20+ U.S. Air Force Military Location(s) Fayette County, KY Bases ? The complexities of the oroiect were: > An electronic security system to cover over 150K residents, staff, and support staff • U.S. Bases • Overseas Bases ➢ Required HOE to integrate the modern CCN system system, and Intrusion Detection system into the degraded > Over 78 major facilities required a complete new system to be installed which required to be fully integrated Contract# legacy IDS/ACS/CCN system without any support from System Purchased Electronic Security Systems Mass Notification Systems 3 the existing legacy IDS/ACS/CCN system > Required to install into highly sensitive CCN system cameras, and Intrusion Detection system connected to strategic Air Force defense systems Contract tf NETCENTS II Multiple Award (MAC) Contract$2,836,437 Value (ongoing) Contract Period y' The Final Solution Provided: > Integrated the modern sirens in with the legacy sirens Contract Period Sept 2017 -Present > Installed IDS/ACS/CCN systems, and Intrusion Detection Systems in the Air Force operations centers and for the > Indoor SMART Notification Systems to include: Digital Security Forces for installation security Alerts, Digital Panels, P.A. Systems :• Value Of HOE'S Final Installed Solution: e Value Of HOE'S Final Installed Solution: > Reduced the overall maintenance requirements on the > Supported the County in providing a solution that was end-users with the modernized CCN system, and accepted for the Grant Funding that required significant Intrusion Detection system that has a higher reliability rate technical requirements which saved the County over > Saved the U.S. Air Force $300K+ overall in upfront and $300K long term sustainment costs 20 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Past Performance Contract Details Past Performance Contract General Project Description Client Name Fayette County ❖ Proiect Backeround: The County organization required an comprehensive Organization County Government Org. emergency alerting & security (electronic, indoor, and Industry Public Education outdoor) solution to replace the legacy systems The complexities of the project were: Location(s) Fayette County, KY > An electronic security system to cover over 150K residents, staff, and support staff System Purchased Electronic Security Systems Mass Notification Systems > Over 78 major facilities required a complete new system to be installed which required to be fully integrated Contract# Multiple Contracts Contract $640,000+ 4 �.• The Final Solution Provided: Value > Electronic Safety & Security Command and Control Contract Period Sept 2020- Present System that is fully integrated with Intrusion Detection, Access Control, and Indoor/Outdoor Notifications > Indoor SMART Notification Systems to include: Digital Alerts, Digital Panels, P.A. Systems e Value Of HOE'S Final Installed Solution: > Supported the County in providing a solution that was accepted for the Grant Funding that required significant technical requirements which saved the County over $300K 20 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA Note: The information above identified as value is assumed perceived value by the proposer. For multiple contracts, all details, budgets, and timelines are aggregated and may have multiple POCs even if only a single POC is identified. 211 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Past Performance Contract Details Past Performance Contract General Project Description Client Name Port of Tacoma •:• Proiect Backeround: s- The Port of Tacoma required longterm installations, upgrade, and maintenance for the integrated security systems (Access Control, CCN, and Intrusion Detection) Organization Municipal Corporation Industry Seaport/Transportation :• The complexities of the oroiect were: Location(s) Tacoma, Washington on multiple security/operations and sensitive > Working near sensitive sites (seaport operations, sea vession lines, caro depots, and other major seaport g P 1 P System Purchased Integrated Electronic Security System 5 transit sensitive sites) > Working with legacy equipment and modern solutions integrated together for the base security system ❖ The Final Solution Provided: Contract # Multiple Open Bid Contract Value $300K+ Ongoing Contract Period Sept 2020- Present > Long term 5 year systems T&M Service support n Scheduled preventative maintenance of security systems • Base HQ Unit Vindicator ACS and IDS solutions into the degraded legacy > On -demand corrective maintenance support • Security Forces Unit ACS and IDS system without any support from the existing +.• Value Of HOE'S Final Installed Solution: legacy OEMs. System Purchased > Saved the Port of Tacoma estimated $150K for long term 6 > Required to install into highly sensitive strategic Air Force maintenance support Contract u n Provided the Port of Tacoma the capabilities for the Multi le Contracts P v The Final Solution Provided: Contract end-user to have a real-time operational status of the > Integrated the modern sirens with the legacy sirens system being maintained by HOE Note: The information above identified as value is assumed perceived value by the proposer. For multiple contracts, all details, budgets, and timelines are aggregated and may have multiple POCs even if only a single POC is identified. 211 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Past Performance Contract Details Past Performance Contract General Project Description Client Name U.S. Air Force :• Proiect Backeround: ➢ U.S. Air Force required the upgrade and installation of Organization Federal Government/ Doo modern Access Control, and Intrusion Detection Systems Industry Defense & Aerospace on multiple security/operations and sensitive compartmentalized information facilities. Location(s) Hurlburt Field, Florida ❖ The complexities of the oroiect were: • Specs Ops Unit • Air Ops Unit Required HOE Re q Q to integrate the modern Honeywell • Base HQ Unit Vindicator ACS and IDS solutions into the degraded legacy • Security Forces Unit ACS and IDS system without any support from the existing legacy OEMs. System Purchased Electronic Security Systems 6 > Required to install into highly sensitive strategic Air Force defense, security, and operations systems Contract u Multi le Contracts P v The Final Solution Provided: Contract $650,000+ > Integrated the modern sirens with the legacy sirens Value > Full turnkey solution to include design, installation, testing, Contract Period Sept 2021 -Ongoing and training solution for the complex ACS and IDS systems. ❖ Value Of HQE's Final Installed Solution: > Reduced the overall maintenance requirements on the end-users with the modernized access control and Intrusion Detection system that has a higher reliability rate > Saved the U.S. Air Force $250K+ overall in upfront and long-term sustainment costs Note: The information above identified as value is assumed perceived value by the proposer. For multiple contracts, all details, budgets, and timelines are aggregated and may have multiple POCs even if only a single POC is identified. 211 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. yY4T�MNG End of Proposal Access Control and Camera System Upgrade Rosemead, CA "Our goal at HQE is to continue to serve our veterans through our 'Hire Veterans Policy HQE-2015-2025. We appreciate our current and past customers who have helped us meet our goals of hiring veterans throughout the years. Your support in HQE is directly impacting the support of our amazing veterans. Thank you for your consideration and support of Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE), and Service Disabled Veteran Owned Small Business (SDVOSB)!." Thank You from the team of HQE Systems Inc. VA /? 10w -iii' CEO, Disabled Veteran / Retired 22 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA ATTACHMENT 1: DETAILED COMPLIANCE MATRIX The City of Rosemead Access Control and Camera System Upgrade (SOLICITATION: 2022-25) Due Date: 29 September 2022 Proposal Prepared For: City of Rosemead 838 E. Valley Boulevard Rosemead, CA 91770 POC: Michael Bruckner Title: Assistant City Manager Email: mbruckner@citvofrosemead.ore Tel: (626)569-2106 M' vcr.S FIRS"r �yt_sinoss Proposal Approved By: HOE Systems Inc. 27419 Via Industria Temecula, CA 92590 POC: Mr. Qais Alkurdi Title: Chief Executive Officer Email: Contracts@HQESystems.com Tel: (800) 967-3036 X1102 This proposal contains trade secret and confidential business or financial information exempt from disclosure under the Freedom of Information Act. This proposal includes data that shall not he disclosed outside the Government and shall not be duplicated, used, or disclosed—in whole or in part --for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of—or in connection with—the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in this proposal and all attachments. All product names, logos, and brands are the property of their respective owners. All company, product, and service names used in this proposal are for identification purposes only. Use of these names, logos, and brands does not imply endorsement. 23 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA p Reference Client Specifications From RFP HQE's Proposed Solution Response HQE's Proposed Solution 1 GENERAL PROVISIONS 2 PWS - 1 Contractor shall fully inspect and assess the current access control and camera Fully Compliant system environment and make recommendations in the Bid to either keep and expand the current system or replace the system. The contractor shall provide a description of all software and hardware systems currently used and/or being proposed in the Bid. If possible, the Contractor shall make every attempt to use existing software and hardware so long as it is not in conflict with other requirements of this Bid. HQE's Response HQE's qualified technicians will determine if the current system will be kept and expanded or if a new system needs to be installed. They will provide descriptions of all the hardware and software recommended to the City of Rosemead. HQE's technicians will ensure to use as much of the existing hard- and software as possible. 3 PWS -2 Contractor shall provide all qualified and certified labor, materials, supervision, Fully Compliant equipment, permits, and software licenses to complete the design, installation, and maintenance of integrated access control and camera systems as well as all associated appurtenances in compliance with the manufacturers' guidelines throughout City facilities and yards identified in this Bid. A list of the facilities and their locations are provided in this document in SERVICE ADDRESSES. Knowing the equipment locations, specifications, and manufacturers' guidelines for service is the responsibility of the Contractor. HQE's Response HOE will provide all qualified and certified labor, materials, supervision, equipment, permits, and software licenses to design, install completely, and maintain the integrated access control and camera system for all facilities of the City of Rosemead. HQE's site survey engineer and the lead technician have visited all of the designated work sites for this project. All information important for the site has been captured and shared with HQE's dedicated team. 4 PWS - 3 Contractor, as well as any Subcontractor associated with Contractor, shall possess Fully Compliant and maintain a current City of Rosemead Business License. HQE's Response HQE will adhere to the requirement of possessing a current Business License for the City of Rosemead. HOE does not plan on utilizing any subcontractors as all the required capabilities and resources are in-house. 5 PWS -4 The Contractor shall possess a current C-7 Contractor's License for Low Voltage Fully Compliant Systems. The subcontractor shall possess those current contractor's licenses needed for the work performed under this Contract. HQE's Response HOE has a current C-7 Contractors -License. HOE will not utilize any subcontractors. 24 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. G Access Control and Camera System Upgrade Rosemead, CA 6 PWS - 5 Contractor shall carefully examine the project sites. The execution of an Agreement Fully Compliant by the Contractor shall be considered evidence that the Contractor has investigated and is satisfied as to the conditions to be encountered, the character and quality of the work to be performed and materials to be furnished, and the requirements of all documents referred to in this Agreement. HQE's Response HQEs technicians will examine the project site carefully and thoroughly. HQE understands that by executing the agreement HQE will abide by all requirements of the contract. 7 PWS -6 Contractor's performance shall always present a professional image and a high Fully Compliant standard of quality and technical competence. Total responsibility for this is placed upon the Contractor. If a conflict occurs between "Best Management Practice" and the specification, "Best Management Practice" shall prevail, and the City shall be notified of any necessary changes to the specified operations/materials. HQE's Response HQE's technicians will at all times be professional, leave a clean work space after every day and maintain a clean environment. R PWS - 7 Contractor shall provide a baseline evaluation of units with a schedule for Fully Compliant completion of upgrades within 30 days of Notice to Proceed. HQE's Response HQE will, within 30 days of notice, provide a baseline evaluation of units with a schedule for the completion of upgrades. g PWS - 8 Should the City elect to acquire routine and preventive maintenance services, the Fully Compliant Contractor shall provide a proposal detailing monthly maintenance and service fees on all equipment and associated devices related to the access control and camera systems at the SERVICE ADDRESSES specified within this document. The City will review these proposals separately from the installation of the ACCS. HQE's Response HQE will provide a separate, detailed proposal for maintenance of the Access Control and Camera System. As a full-service Access Control and Camera Systems service provider, HQE can provide all of the below services: • Design services • Installation services • Upgrade services • Maintenance services (short and long-term) 10 ACESS CONTROL SYSTEM REQUIREMENTS 11 PWS -1 Access control system software shall be a best -in -class cloud -based access control Fully Compliant system, equal or superior to Brivo, Genetec, or Amag, with the latest technology for data security, and is fully scalable to allow for new controlled facilities over time. Low cost of ownership, ease of management, robustness, and system reliability will be critical factors in the evaluation process. A system with mobile application access is desirable. The contractor shall provide software licenses. HQE's Response HQE's certified technicians are capable of designing, installing, and providing the installation services support as specified in this solicitation. HQE will provide the following: • Experienced and certified technicians for all of the systems being proposed • HQE will provide AMAG for the Access Control System 25 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA 26 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. • The solution offered is a cloud -based access control system with a mobile application capability. • HQE has successfully designed and installed 1,000+ AMAG access control endpoints and dozens of main management systems. HQE will ensure to provide all items necessary to complete the installation to the requirements of the City of Rosemead 12 PWS - 2 For this Bid, the access control systems will include integration or upgrade of the Fully Compliant existing access controls in those sites detailed in the SERVICE ADDRESSES. The City reserves the right to increase or decrease the number of City facilities, systems, and equipment within those City facilities upon award of the contract. HQE's Response HQE has read and understands this specification and will adhere to it. It is assumed that if the City adds additional sites that require additional equipment and services that the City and HQE will execute a follow-on services add-on/addendum/change order contract to cover the cost of the new systems/services being requested. 13 PWS -3 All exterior and interior building doors identified in the SERVICE ADDRESSES must Fully Compliant be secured and locked/unlocked by the Access Control System as required by the City. HQE's Response HQE will install an access control system that will service all exterior and interior building doors identified by the City of Rosemead. The AMAG solution offered to the City will ensure that all access points can be secure, managed, and controlled through the modern access control management software. From the site survey, it was determined that all sites would be securable through the proposed AMAG system. 14 PWS -4 Access controls hardware shall be furnished and installed by the Contractor at the Fully Compliant SERVICE ADDRESSES listed below and shall include, but not be limited to: a. Control Panel b. Proximity Reader c. Power Supply d. Back-up Batteries e. Electrified Panic Bar/Automatic Locking as needed f. Wire, Wire Mold, Connectors, etc. g. Network Connections h. Programming and Testing I. All other wires, boxes, cables, connectors, or others as required. HQE's Response HQE will ensure to furnish and install the hardware required by the City of Rosemead. The above subsystems and components are part of the proposed AMAG solution. 15 PWS- 5 Contractor to provide warranty for Parts and Labor Fully Compliant HQE's Response HQE will provide warranty for parts and labor. 16 PWS -6 Contractor will provide up to 20 hours of staff training, which will include group and Fully Compliant individual sessions. HQE's Response HQE's technicians will train groups and individuals chosen by the City of Rosemead for 20 hours. HQE will assign our Master Systems Trainer, Mr. Nick Ellis, to this task. Mr. Ellis has trained over 500+ government officials on complex systems that are 26 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA 27 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. similar in size and scope to this City project. Mr. Ellis is a fully licensed, certified, and trained electronic security systems Master Engineer who will provide the classroom, hands-on practical application, and the training materials necessary to complete this task. 17 PWS -7 Contractor to furnish and install gate motors, stanchions, and all other Fully Compliant appurtenances required for specified facilities. HQE's Response HOE will furnish and install all appurtenances required for specified facilities. 18 CAMERA SYSTEM REQUIREMENTS 19 PWS -1 Contractor shall furnish and install a best -in -class cloud -based camera control Fully Compliant system, equal or superior to Brivo, Genetec, or Amag, with the latest technology for data security, fully scalable to allow for new controlled facilities overtime, and is accessible through a single user interface to access cameras at all City facilities. A system with mobile application access is desirable. HQE's Response HQE's certified technicians are capable of designing, installing, and providing the installation services support as specified in this solicitation. HOE will provide the following: • Experienced and certified technicians who have designed, installed, and maintained complex camera systems worldwide • With careful consideration and analysis, HQE is offering the AXIS camera system. • A cloud -based camera control system • Other items necessary to complete the installation to the requirements of the City of Rosemead 20 PWS -2 Camera hardware shall be furnished and installed by the Contractor at the SERVICE Fully Compliant ADDRESSES listed below and shall include, but not be limited to: a. Cameras shall be High Definition (HD), 1080P or better, all-weather (for external cameras only), well connected, correctly focused, and configured for maximum and optimal coverage, including night vision recording where appropriate. Angles shall be site appropriate as required by the City. Lens zooming shall be in accordance with camera specifications. The contractor shall provide software licenses. b. Cameras shall be suitable for each location/application and shall be compatible with the following protocols: L2TP, IPv4, IGMP, ICMP, ARP, TCP, UDP, DHCP, PoE, RTP, RTSP, RTCP, DNS, DDNS, NTP, FTP, UPnP, HTTP, HTTPS, SMTP, SIP, 802.1x. All replacement cameras shall have night vision capabilities, motion activation, be8MB or greater, and be PoE capable. HQE's Response HOE 's will ensure to fulfill the camera hardware requirements as stated bythe City of Rosemead. HOE will provide a camera system that meets all of the requirements. 21 PWS -3 Contractor shall provide all supporting switches, boxes, ethernet cables (CAT5E or Fully Compliant better), connectors, brackets, fittings, clamps, bolts, and towers and check for signs of corrosion and damage at existing locations. The contractor shall make repairs or replacements as needed. HQE's Response HQE's technicians will provide all the supporting equipment as required by the City of Rosemead. Repair and replacement will be made as needed. 27 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. sr Ms ° r= Access Control and Camera System Upgrade Rosemead, CA 22 PWS 4 Contractor shall inspect the physical condition of cameras and housings for signs of Fully Compliant deterioration due to rain, dust, and dirt. The contractor shall make repairs or replacements as needed. HQE's Response HQE's technicians will inspectthe physical condition of cameras for signs of deterioration and make repairs and replacements as needed. HQE's camera technicians have assessed, repaired, and upgraded over 5,000+ cameras in total in the past 36 months. 23 PWS - 5 Where required, Contractor shall furnish, install, and configure camera monitors Fully Compliant including all appurtenances at specified facilities. HQE's Response HQE will ensure to furnish, install, and configure camera monitors including all appurtenances at each facility. 24 VIDEO/NVR DIGITAL VIDEO RECORDING DEVICES 25 PWS -1 The video recording and storage system shall be an approved system, equal or Fully Compliant superior to Hunt or Avigilon with sufficient video inputs for all cameras at all facilities. HQE's Response HQE proposed AMAG NVR recording and video storage will have sufficient video inputs for all cameras at all facilities. 26 PWS -2 NVR shall have redundant power supplies. Fully Compliant HQE's Response HQE technicians will ensure AMAG NVR will have redundant power supplies. 27 PWS -3 NVRs shall be well connected and configured for optimal recording experience. Fully Compliant Configure motion -based or continuous recording options. Data is recorded and stacked so that new data is never overwritten, and searchable by date, time, and location. HQE's Response HQE's technicians will ensure: • that the AMAG NVRs will be well connected and configured for optimal recording experience • To configure motion -based or continuous recording options • That data is recorded and stacked so that new data is never overwritten, and searchable by date, time and location 28 PWS -4 NVR shall be compatible with camera control software where applicable. Fully Compliant HQE's Response HQE's technicians will ensure the AMAG NVR is compatible with camera control software where applicable. 28 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA ATTACHMENT 2: RESUMES & COMPANY CERTIFICATION The City of Rosemead Access Control and Camera System Upgrade (SOLICITATION: 2022-25) Due Date: 29 September 2022 Proposal Prepared For: City of Rosemead 838 E. Valley Boulevard Rosemead, CA 91770 POC: Michael Bruckner Title: Assistant City Manager Email: mbruckner(alcitvofrosemead.ore Tel: (626)569-2106 \ P\Y) F F.. k CVE cVaSB Proposal Approved By: HOE Systems Inc. 27419 Via Industria Temecula, CA 92590 POC: Mr. Qais Alkurdi Title: Chief Executive Officer Email: Contracts Co HQESvstems.com Tel: (800) 967-3036 X1102 DBE Air This proposal contains trade secret and confidential business or financial information exempt from disclosure under the Freedom of Information Act. This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed—In whole or in part—for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of—or in connection with—the submission of this data. the Government shall have the right to duplicate, use, or disclose the data to the extent provided In the resulting contract. This restriction does not limit the Government's right to use the information contained in this data if it is obtained from another source without restriction. Tne data subject to this restriction are contained in this proposal and all attachments. All product names, logos, and brands are the property of their respective owners. All company, product, and service names used in this proposal are for identification purposes only. Use of these names, logos, and brands does not imply endorsement. 29 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. H�G Resumes Access Control and Camera System Upgrade Rosemead, CA DAVID• ASSOCIATION) PROJECT ASSIGNED ROLE - PROGRAM MANAGER HQE SYSTEMS, INC - MANAGEMENT TEAM Project leader for managing projects design, installation, maintenance, and integration of Electronic Security, Systems Integration, and Software Engineering for clients worldwide. Significant Accomplishments: As a certified PMP, Mr. Ditto has 14+ years of direct experience managing complex Electronic Security & Outdoor Weather Siren projects. As a lAiProgram Manager, Mr. Ditto has personally supervised over 10+ major contracts with a cumulative value of $50 Million in the past 5 years. TOP SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2022—Present: Program Manager Mr. Ditto is a proven leader and critical thinker who has demonstrated excellent program management, project management, and systems engineering skills during professional experiences in multiple industries. Resourceful problem solver with the ability to identify complete solutions by using proven engineering strategies and working effectively with project teams. Task -oriented and has shown the capability to lead professional engineering teams to complete high-priority tasks within limited schedule and budget requirements. 30 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. QAls ALKURDI - MILITARY VETERAN/RETIRED (HONORABLE SERVICE Comm. TECHNICIAN) PROJECT ASSIGNED ROLE - CORPORATE MONrrOR HQE SysrEMS, INC - MANAGEMENT TEAM Executive leader for managing the overall project to ensure the project is executed to t'; the specified standards. Significant Accomplishments: Mr. Alkurdi has 17+ years of direct experience managing complex Integrated Electronic Security Systems (ACS, CCN, IDS) and Software Engineering (artificial intelligence, deep machine learning, systems software) projects. He has personally managed organizations in the engineering, analysis, implementation, sustainment, and operational use of life safety systems. TOP SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2016—Present: Chief Executive Officer / Corporate Monitor Mr. Alkurdi is responsible for supervising and setting the trajectory of the enterprise software development company by developing objectives, leading and motivating employees, and overseeing all business activities to ensure they align with the overall strategy and mission of the company. Mr. Alkurdi served as the Electronic Security Systems (ESS) Subject Matter Expert overseeing the design, implementation, and maintenance of the Government's Electronic Security Systems comprising thousands of Video Surveillance, Intrusion Detection, Access Control, Outdoor Sirens, Indoor Public Address Systems, dozens of System Controllers, and hundreds of miles of outdoor audio coverage. Mr. Alkurdi served in many roles that now enable him to monitor all projects for HQE successfully. DAVID• ASSOCIATION) PROJECT ASSIGNED ROLE - PROGRAM MANAGER HQE SYSTEMS, INC - MANAGEMENT TEAM Project leader for managing projects design, installation, maintenance, and integration of Electronic Security, Systems Integration, and Software Engineering for clients worldwide. Significant Accomplishments: As a certified PMP, Mr. Ditto has 14+ years of direct experience managing complex Electronic Security & Outdoor Weather Siren projects. As a lAiProgram Manager, Mr. Ditto has personally supervised over 10+ major contracts with a cumulative value of $50 Million in the past 5 years. TOP SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2022—Present: Program Manager Mr. Ditto is a proven leader and critical thinker who has demonstrated excellent program management, project management, and systems engineering skills during professional experiences in multiple industries. Resourceful problem solver with the ability to identify complete solutions by using proven engineering strategies and working effectively with project teams. Task -oriented and has shown the capability to lead professional engineering teams to complete high-priority tasks within limited schedule and budget requirements. 30 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA CHARLES LEWIS - MILITARY VETERAN • •Comm. PROJECT ASSIGNED ROLE - PROGRAM MANAGER HQE SYSTEMS, INC - MANAGEMENT TEAM Project leader for managing projects design, installation, maintenance, and integration of Electronic Security, Systems Integration, and Software Engineering for clients worldwide. Significant Accomplishments: As a certified PMP, Mr. Lewis has 27+ years of direct experience managing complex Communications, Electronic Security, and Outdoor Warning Siren projects. As a Program Manager, Mr. Lewis has personally supervised over 10+ major contracts with a cumulative value of $30 Million in the past 5 years. TOP SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2022—Present: Program Manager Oversee daily operations of the Installation Division and staff. Collaborate with internal stakeholders on requests for proposals (RFPs), estimates, change orders, the scope of work, project milestones, and life cycle management. Develop and implement policies and standard operating procedures (SOP). Support and train junior project managers and supervisors to review milestones, ensure proper utilization of resources, monitor quality, and manage schedules. Collaborate with Business Development staff and utilize a professional network to ensure potential opportunities are captured. Conduct site visits for surveys and quality control. PROJECT ASSIGNED ROLE - LEAD PROJECT MANAGER I HQE SYsTEMs, INC - MANAGEMENT TEAM - SENIOR PM Provides the detailed oversight of the schedule, technical staff, and deployment of the 1 Electronic Security Systems, Systems Integrations, and Software Engineering services. Significant Achievements: Mr. Ellis has over 13+ years of experience in Electronic Security Systems (CCN, ACS, & IDS). Mr. Ellis has managed the entire United States Marine Corps' ESS program for the West Coast. Additionally, Mr. Ellis holds over 12 years of project management experience leading multiple teams to successfully complete strategic value major Electronic Security Systems projects for all levels of the Government. I TOP SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD j HQE Systems, Inc. 2018—Present: Lead Project Manager Mr. Ellis is responsible for the design, implementation, and maintenance management of all Electronic Security System Implemented by HQE Systems. Mr. Ellis leads a team of 10 technicians to provide dedicated Electronic Security Systems installations. Additionally, Mr. Ellis oversees an integral part of the Navy Sustainment program and the Marine Corps Electronics Security Systems program. His duties included supporting the Space and Naval Warfare (SPAWAR) division by working with the military Physical Security and the Provost Marshal's Office (PMO) to coordinate and prepare Statements of Work (SOW) for future contracts. 311 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA Charles West -MILITARY VETERAN • •FORCES) PROJECT ASSIGNED ROLE - SUPPLIER MANAGEMENT HQE SYSTEMS, INC - SENIOR FIELD ENGINEER Engineering Quality Control and Quality Assurance. Provides CAD Engineering services when required. Manages supply throughput and provides liaison support to the OEM. ' Significant Accomplishments: Mr. West has 5+ years of direct experience in field engineering, CAD engineering, and project management. Mr. West was personally involved �w• and was a leader in major Electronic Security Systems (CCN, ACS, and IDS) systems design, upgrade, and maintenance for the United States Marine Corps. With over 1,000+ endpoints, Mr. West successfully performed the duties of the field engineer to ensure all equipment, labor, and systems testing were delivered, executed, and turned over to the Government on time and as directed. TOP SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2019—Present: Field Engineer Mr. West is responsible for supervising and leading installation teams in the performance of the current installation or maintenance contract. Mr. West also acts as the direct liaison to the customer during all periods of performance to facilitate communications and deconflict and mitigate any questions or issues that may arise. As a primary liaison between HQE and the OEM, Mr. West ensures that all hardware and software required for the project are available, up-to-date, and prepared for the project. Mr. West is also the Computer -Aided Design (CAD) specialist for HQE and supports the design and development process for all ESS. Kevin • • •NETWORK PROJECT ASSIGNED ROLE - LEAD FIELD ENGINEER HQE SYSTEMS, INC - MANAGEMENT TEAM - FIELD ENGINEER Provides the detailed oversight of the schedule, technical staff, and deployment of the Electronic Security Systems, Systems Integrations, and Software Engineering services. AX Significant Achievements: Mr. Ford has over 10 years of Electronic Security Systems (ESS) ' s Technologies integration experience. Additionally, Mr. Ford has over 14 years of project p management experience leading multiple teams to complete strategic Department of Defense (USMC, USN, USAF) projects. SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2018—Present: Lead Project Manager Mr. Ford performs various duties in support of ESS projects for the Department of Defense. Mr. Ford has comprehensive experience reading blueprints, wiring diagrams, schematic drawings, and engineering instructions to assist the Lead Technician with project planning and implementation. In addition to these duties, Mr. Ford performs testing and diagnostic analysis of ESS equipment for operational capability and functionality for new and existing installations. He is responsible for creating reports and recording data compiled from multiple testing techniques. Mr. Ford uses this testing and diagnostics experience for existing installations to identify and correct faults while troubleshooting ESS equipment. His ESS area of expertise includes working with Honeywell and DMP Bosch Alarm Panels, Pelco Cameras, Vindicator Command, and Control Systems, VICADS Closed Circuit Cameras, Lift Master Sliding Gates, Delta Gates Turnstiles, Vindicator Fence Line IDS, AMAG IDS, etc. 32 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA Andrew Hernandez • PROJECT ASSIGNED ROLE - LEAD TECHNICIAN I HQE SYSTEMS, INC - TECHNICIAN TEAM Lead Technician supervises the technical team and is the first line of supervision for the project. Ensures that all solutions are properly bench -tested, prepared for shipment, installed on-site, and provided test, turnover, and training to the client. Significant Accomplishments: Mr. Hernandez has 8+ years of direct experience working on designing, installing, maintaining, and integrating Electronic Security Systems (ACS, CCN, IDS). Mr. Hernandez has successfully managed multiple ESS projects. SECRET CLEARANCE PENDING, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2017—Present: Lead Installation Technician Mr. Hernandez performs a wide variety of duties in support of ESS projects. Mr. Hernandez is responsible for reading blueprints, wiring diagrams, schematic drawings, and engineering instructions to assist the Project Manager with project planning and implementation. In addition to these duties, Mr. Hernandez performs testing and diagnostic analysis of ESS equipment for operational capability and functionality for new and existing installations. He is responsible for ensuring all infrastructure for ESS was installed properly. This included mounting exterior and interior conduits for cable pathways, mounting exterior and interior speakers, penetrating exterior, and interior walls for cable pathways, etc. Part of his infrastructure duties is to ensure proper power was applied to all systems. PROIECr ASSIGNED ROLE - TECHNICIAN I HQE SYSTEMS, INC - TECHNICIAN TEAM Expert Technician that will conduct bench -tests, preparation of supplies/materials, properly installing the solution. To Include post -project testing of the solution, training to the clients, and other on -the -ground project requirements. Significant Accomplishments: Mr. Abundis has 5+ years of direct experience working on designing, installing, maintaining, and integrating Electronic Security Systems(ACS, CCN, IDS). Mr. Abundis has successfully installed multiple ESS projects. I SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD I HQE Systems, Inc. 2017 -Present: Installation Technician Mr. Abundis is an experienced installation technician with a wide variety of skills. Mr. Abundis ensures ESS installation daily tasks are completed efficiently and effectively with little guidance from the Lead Technician. He is responsible for assuring all ESS infrastructure for a project is installed according to customer specifications. This includes mounting conduit pathways for cabling, terminating cables at their respective components, testing and op -checking functionality of ESS equipment, replacing faulty equipment as identified, etc. Mr. Abundis has key experience installing ACS & IDS Systems and has completed dozens of ESS installations worldwide. 33 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA •E CASTLE - COMMUNITY VOLUNTEER(HOMELESS PROJECT ASSIGNED ROLE - TECHNICIAN HQE SYSTEMS, INC - TECHNICIAN TEAM Expert Technician that will conduct bench -tests, preparation of supplies/materials, properly installing the solution. To include post -project testing of the solution, training to the clients, and other on -the -ground project requirements. 1"► Significant Accomplishments: Mr. Castle has 10+ years of direct experience working on y '!g designing, installing, maintaining, and integrating Electronic Security Systems(ACS, CCN, IDS). Mr. Castle has successfully installed multiple ESS projects. Languages: English, Spanish, Korean(Fluent written & oral) CLEARANCE SUBMITTED, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2021 -Present: Installation & Maintenance Technician Mr. Castle is an experienced installation technician with a wide variety of skills. Mr. Castle ensures ESS installation daily tasks are completed efficiently and effectively with little guidance from the Lead Technician. He is responsible for assuring all ESS infrastructure for a project is installed according to customer specifications. This includes mounting conduit pathways for cabling, terminating cables at their respective components, testing and op -checking functionality of ESS equipment, replacing faulty equipment as identified, etc. Mr. Castle has key experience installing ACS and IDS Systems and has completed dozens of ESS installations worldwide. PROJECT ASSIGNED ROLE -TECHNICIAN I HQE SYSTEMS, INC - TECHNICIAN TEAM Expert Technician that will conduct bench -tests, preparation of supplies/materials, properly installing the solution. To include post -project testing of the solution, training to the clients, and other on -the -ground project requirements. rh Significant Accomplishments: Mr. Jauregui has 13+ years of direct experience working on designing, installing, maintaining, and integrating Electronic Security Systems(ACS, CCN, IDS). Mr. Jauregui has personally installed over 1,500+ MCS endpoints. Languages: English, Spanish (Fluent written & oral) SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2021 -Present: Installation & Maintenance Technician Mr. Jauregui is an experienced installation technician with a wide variety of skills. Mr. Jauregui ensures ESS installation daily tasks are completed efficiently and effectively with little guidance from the Lead Technician. He is responsible for assuring all ESS infrastructure for a project is installed according to customer specifications. This includes mounting conduit pathways for cabling, terminating cables at their respective components, testing and op -checking functionality of ESS equipment, replacing faulty equipment as identified, etc. Mr. Jauregui has key experience installing ACS and IDS Systems and has completed dozens of ESS installations worldwide. 34 ) Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA PROJECT ASSIGNED ROLE - TECHNICIAN I HQE SYSTEMS, INC - TECHNICIAN TEAM Expert Technician that will conduct bench -tests, preparation of supplies/materials, properly installing the solution. To include post -project testing of the solution, training to the clients, and other on -the -ground project requirements. Significant Accomplishments: Mr. Garcia has 10+ years of direct experience working on designing, installing, maintaining, and integrating Electronic Security Systems(ACS, CCTV, IDS). Mr. Garcia has successfully installed multiple ESS projects. Mr. Garcia has personally installed over 1,100+ MCS endpoints. Languages: English, Spanish (Fluent written & oral) I SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD I HQE Systems, Inc. 2021 -Present: Installation & Maintenance Technician Mr. Garcia is an experienced installation technician with a wide variety of skills. Mr. Garcia ensures ESS installation daily tasks are completed efficiently and effectively with little guidance from the Lead Technician. He is responsible for assuring all ESS infrastructure for a project is installed according to customer specifications. This includes mounting conduit pathways for cabling, terminating cables at their respective components, testing and op -checking functionality of ESS equipment, replacing faulty equipment as identified, etc. Mr. Garcia has key experience installing ACS and IDS Systems and has completed dozens of ESS installations worldwide. PROJECT ASSIGNED ROLE - TECHNICIAN HQE SYSTEMS, INC - TECHNICIAN TEAM Expert Technician that will conduct bench -tests, preparation of supplies/materials, and properly install the solution. To include post -project testing of the solution, training to the clients, and other on -the -ground project requirements. ` Significant Accomplishments: Mr. Canepa has 5+ years of direct experience working on designing, installing, maintaining, and integrating Electronic Security Systems(ACS, CCN, IDS). Mr. Canepa has successfully installed multiple ESS projects. CLEARANCE SUBMITTED, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2020—Present: Installation & Maintenance Technician Mr. Canepa is an experienced installation technician with a wide variety of skills. Mr. Canepaa ensures ESS installation daily tasks are completed efficiently and effectively with little guidance from the Lead Technician. He is responsible for assuring all ESS infrastructure for a project is installed according to customer specifications. This includes mounting conduit pathways for cabling, terminating cables at their respective components, testing and op -checking functionality of ESS equipment, replacing faulty equipment as identified, etc. Mr. Canepa has key experience installing ACS and IDS Systems and has completed dozens of ESS installations worldwide. 35 I Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA PROJECT ASSIGNED ROLE - CUSTOMER SUPPORT I HQE SYSTEMS, INC - CUSTOMER SUPPORT TEAM $ Provides timely and professional customer and technical support to the clients. Significant Accomplishments: Mrs. Carr has 6+ years of direct experience in providing 24/7/365 customer support. As the lead customer support representative, Mrs. Carr has implemented a hassle -free customer support system that ensures all trouble tickets are * resolved on time with the highest level of customer satisfaction. SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2017—Present: Business Development Specialist/Customer Service Manager Mrs. Carr provided personable and knowledgeable IT support to customers with various hardware and software -related issues. Mrs. Carr provided in-depth technical support to clients at a Tier 2 level, solving 99.2% of issues without transferring to Tier 3 support. Mrs. Carr coordinated with Level 1 technical support specialists to take over calls outside their level of support and assist customers with more complex technical issues requiring a greater level of personalized care and in greater length. In some situations, Mrs. Carr escalated support desk tickets to Level 3 in the most crucial circumstances and after considerable time had been spent on a single ticket. Additionally, Mrs. Carr onboards and trains all incoming junior tech support specialists. 36 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Contractor's License: C-7 Contractor's License #t: 1087628 Expiration Date: 2/28/24 Access Control and Camera System Upgrade Rosemead, CA 37 i Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. STATE OF C A L I F O A V I A ( CONTRACTORS STATE LICENSE BOARD Pi,�gn b crapWr 9d Olean 7 d b9t busneu asd P.Vbavpnb Lao[ aW MA;bn WW Aepaaba Of ft CW**4*(% Stir I� Busy rte of Car.Ta O Nmvy Hae hs kwo b HOE SYSTEMS INC Ucenee Number 1087628 tY WVP n 4r b rru a set r b 0"M da mrtrrin n rY b6nvq dawkat C-7 - LOW VOLTAGE SYSTEMS Wbrene ny sand and 5"1 1" My. Issued February 24, 2022 �/� —4i SYYA O/✓lIY011l. BOafd Qltalr m.ker.nmh7i.m am. Yd,vr.rwY.rsa Dacq RF i. mrhrJbr.yR r1 WI M•.Iunr UII�M1MY ogt. RVslrar al Contractors upas 0rw Wu r.MdK nwbM, Y nme.rof V YpirrrvillYmrhrdlMur,r. 37 i Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA Certification Type: Disabled Veteran / Small Business Business Enterprise Contractor's License #: 2001433 Expiration Date: 2023 31822, 9.38 AM Supplier Profile 38 i Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Now al: 3,61 .:n1 AN io �erilymPA m�reM rMlRratlon slatusgo la: htlRclhw,wralepocure.ra.gov 7GS Office of Small Business & DVBE Services cmliRWien ID:2001C33 Email Mdri giro alkuN�'`dM1gesys4ms ram Leeal Bminees Name: HQE Systems Inc. Bwlllen Web Gare: www.M1gesystemz.com Di B 0/i. As MW Name l: BwimsGlro�v Numbr: 800:96]-303fi M, Boo..M MW moo, Business rax Number. iiMno : 02075 Remoglon Ave B.ilnzs TYWC suite 109 semce Temecula 0492590 UHIRallon TM Sttlw rrem To DYKE Approled 02/0112021 011312023 68(Niaul Appr.0d 11110/2023 11/302023 51ayklf m !NEEP YOIIRCERTIFI51TION PROFILE OFT101 ! LOG D3 M cxkRPcum.CA00V Qreslioc.. fmtil: QsJAlJFI PCMA CA FOV CA105M Nam Nurr x ..916-1i5A9p NI 3rduoi I1 We45xrMreMa, u95605 38 i Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Upgrade Rosemead, CA ATTACHMENT 3: LETTERS OF REFERENCE The City of Rosemead Access Control and Camera System Upgrade (SOLICITATION: 2022-25) Due Date: 29 September 2022 Proposal Prepared For: City of Rosemead 838 E. Valley Boulevard Rosemead, CA 91770 POC: Michael Bruckner Title: Assistant City Manager Email: mbruckner0kitvofro<_emead.ore Tel: (626) 569-2106 Proposal Approved By: HOE Systems Inc. 27419 Via Industria Temecula, CA 92590 POC: Mr. Qais Alkurdi Title: Chief Executive Officer Email: ContractsPHQESystems.com Tel: (800) 967-3036 X1102 This proposal contains trade secret and confidential business or financial information exempt from disclosure under the Freedom of Information Act. This proposal includes data that shall not be disclosed outside the Government and shall not be dupikated, used, or disclosed—in whole or In part—for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of—or In connection with—the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in this proposal and all attachments. All product names, logos, and brands are the property of their respective owners. All company, product, and service names used in this proposal are for identification purposes only. Use of these names, logos, and brands does not imply endorsement. 39 ) Page li SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. , vE rS rixsr.it (SIA10s8_ . Proposal Approved By: HOE Systems Inc. 27419 Via Industria Temecula, CA 92590 POC: Mr. Qais Alkurdi Title: Chief Executive Officer Email: ContractsPHQESystems.com Tel: (800) 967-3036 X1102 This proposal contains trade secret and confidential business or financial information exempt from disclosure under the Freedom of Information Act. This proposal includes data that shall not be disclosed outside the Government and shall not be dupikated, used, or disclosed—in whole or In part—for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of—or In connection with—the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in this proposal and all attachments. All product names, logos, and brands are the property of their respective owners. All company, product, and service names used in this proposal are for identification purposes only. Use of these names, logos, and brands does not imply endorsement. 39 ) Page li SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. From: Michael G. Campbell 492 SOTRSS Chief, FacilitylSecurity Operations Hurlburt Field Fl, 32544 Access Control and Camera System Upgrade Rosemead, CA Subj: LETTER OF REFERENCE FOR SUCCESSFUL CONTRACT COMPLETION To Whom It May Concern, My name is Michael G. Campbell. 1 am the Chief of Facility/Security Operations for the 492nd Special Operations Training Support Squadron 4 SOTRSS) on Hurlburt Field FL As the point of contact for facility and security processes, 1 am responsible for coordinating and assisting in scoping requirements, overseeing vendor execution of the requirements, and ultimately ensuring the success of any f-rnvemment contract within our facilities. Recently, 1 had the opportunity and privilege of providing Subject Matter Expert oversight during installation of a major Intrusion Detection System (IDS) and Access control system contract for the 492 SOTRSS. After careful review and consideration of multiple submission offers from major corporations, the Htnlbun Field Contracting Office selected HQE, Systems, Inc. (HQE) as the installation contractor for this Electronic Security Systems project. During the selection process, it was noted that HQE's proposal was very thorough and their prices were ideal for our requirement. In addition, it was apparent that HQE had the capacity and capabilities to execute the project successfully. Based on the information submitted, the procurement board felt confident that HQE could perform the tasks identified in the Performance Work Specification 1 PWS). However, it was during the actual installation of the Electronic Security System (ESS)' solution that we recognized HQE is indeed a highly qualified vendor, specifically suited for this type of complex installation. Even when presented with unforeseen circumstances/ challenges their leant, went the extra mile to research and provide expert resolution to those problems. HQE met all agreed to timelines and executed the complex tasks above and beyond written requirements. From the end users perspective we were extremely satisfied with the teams' professionalism and delivered product, we look forward to working with HQE again in the future. Having vendors like HQE just makes things go smoother and every end user client is left above and beyond satisfied with the final solution and service provided by HQE- 1 enthusiastically recommend HQE as a prime vendor for any Government contact.. If you have any questions, please feel free to contact me at 850 881-2367, or at michael.campbell.39Caus.afmil Very Respectfully, Michael G. Campbell 492 SOTRSS Chief, Facdity,5ecurity, Operations Note: Detailed of ESS system installed is sanitized for purposes of security 40 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. ..��. G Access Control and Camera System Upgrade Rosemead, CA ATTACHMENT 4: REQUIRED DOCUMENTS & DATASHEETS The City of Rosemead Access Control and Camera System Upgrade (SOLICITATION: 2022-25) Due Date: 29 September 2022 Proposal Prepared For: City of Rosemead 838 E. Valley Boulevard Rosemead, CA 91770 POC: Michael Bruckner Title: Assistant City Manager Email: mbrucknerPcitvofrosemead.ore Tel: (626)569-2106 %'l fs'`+ F[RST sn�os6' Proposal Approved By: HQE Systems Inc. 27419 Via Industria Temecula, CA 92590 POC: Mr. Qais Alkurdi Title: Chief Executive Officer Email: Contracts(@HQESystems.com Tel: (800) 967-3036 X1102 This proposal contains trade secret and confidential business or financial information exempt from disclosure under the Freedom of Information Act. This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed—in whole of in part—for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of—or in connection with—the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in this proposal and all attachments. All product names, logos, and brands are the property of their respective owners. All company, product, and service names used in this proposal are for identification purposes only. Use of these names, logos, and brands does not imply endorsement. 411 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Page 118 Attachment B: Bid Forms PUBLIC CONTRACT CODE STATEMENT AND QUESTIONAIRE Public Contract Code Section 10285.1 Statement In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not X been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Page 119 Public Contract Code Section 10162 Questionnaire In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No X If the answer is yes, explain the circumstances in the following space. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. Page 120 Public Contract Code 10232 Statement In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two- year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. By: Signature Qais Alkurdi Type or Print Name CEO Title Bidder's/Contractor's State of Incorporation: Partners or Joint Venturers: n/a Bidder's License Number(s): Department Industrial Relations Registered No. NOTES: 27419 Via Industria Business Street Address Temecula, CA 92590 City, State and Zip Code (800) 967-3036 X 1102 Telephone Number CA C3633162/1087628 PW -LR -1000873637 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership orjoint venture, give full names of all partners or joint venturers. ?age 124 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 1. San Pasqual, Police Department, Valley Center, CA Name and Address of Owner Bob Bishop, Chief of Police (760) 651-5155 Name and telephone number of person familiarwith project $250,000+ ongoing Access Control and CCTV system Sept. 2020 -ongoing Contract amount Type of Work Date Completed 2 Port of Tacoma, Washington Name and Address of Owner Darren Harle, (253) 428-8651 Name and telephone number of person familiar with project $300,000+ Access Control, Intrusion Detection, CCN Sept. 2020 - ongoing Contract amount Type of Work Date Completed 3. U.S. Navy and Marine Corps, U.S. Bases 4. Name and Address of Owner Robert Brown. (843) 718-4759 Name and telephone number of person familiarwith project $4,805,496 + ongoing Electronic Security System June 2018 - ongoing Contract amount Type of Work Date Completed Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed Page 125 NON -COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid Is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put In a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Subscribed and sworn before me This _ day of , Notary Public in and for the State of California My Commission Expires: L"=:::: Signature Qais Alkurdi Typed or Printed Name CEO Title HOE Systems, Inc. Bidder _, 20_ (Seal) A notary public or other officer completing this certificate verges only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Ca' omia County of 4LW&Vj Subsc 'bed and sworn to or affirmed befo a me on this day of t }tlnbrr 20 '/t U&I F1�kvxcl� proved to fne on the basis of satisfactory evidence to be the rson who ared before me. Pe _ . I.......... .... Kristina Michele O'Brien: E!Aiu- COMM # 2395211 ,z s RIVERSIDE County jg California Notary Public? -.... COMM Exp Fab. 28,2026: l (Seal) Signature AMERICAN 5URETY8ONDS HQE SYSTEMS, INC 42075 Remington Ave., Ste 109 Temecula, CA 92590 Rc HQE Systems, Inc. Surety Letter TO WHOM IT MAY CONCERN: As agent of surety for HQE SYSTEMS, INC., it 's with great pleasure that we confirm our willingness to support HQE SYSTEMS, INC with payment and performance bonds ip to $1,500,000 single contract size. Please note, however, that each bond is underwritten at the time of its request and b subject to the underwriting criteria set forth by the surety. Approval will be issued once all parties have agreed to the terms and conditions of the contract. Should you have any questions or concerns regarding the bonding program in place for HOE SYSTEMS, INC., please do not hesitate to contact me. Sincerely, Sam H. ewberry Managing Member Shawano Gan Trw ell NOTARY PUBLIC Cobb Canty, GEORGIA My Canrtission EVires 01/ZE/W Certified Bonding Services In. Arizona, California, Colorado, Connecticut, Florida, Georgia, Illinois, Kansas, New York, North 8 South Carolina, Texas, Virgin American Surety Bonds Agency, LLC - Certified Bonding Services (877) 261-8976 (rcWrt) (404)329.8156f* suretybondsagency.com A G45 COMPANY SYMMETRY TOUCHVIEW MOBILE APPS Symmetry TouchView combines the power of Symmetry CompleteView Video Management System with the freedom of mobile access to live video, recorded video and PTZ camera control from a powerful, fully integrated interface. Symmetry TouchView Mobile apps are available for the Pode touch/ iPhone®/ Tad® and AndroidTM smartphones. Users can instantly access, monitor and review live and recorded video from any camera connected to a Symmetry CompleteView recording server in the system. In addition, cameras from multiple servers can be accessed simultaneously with PTZ control. Symmetry CompleteView's powerful Dynamic Resolution Scaling automatically sizes the video for live viewing, significantly reducing network usage and providing higher frame rates over mobile connections. KEY FEATURES • Seamless integration with Symmetry CompleteView Video Management System • Full interaction with Symmetry CompleteView live video and recordings • Utilizes Symmetry CompleteView's Dynamic Resolution Scaling providing optimized video transmission over low bandwidth connections • Incorporates analog. T. megapixel, and HD video available from Symmetry CompleteView • On-screen PTZ camera controls • Built in support for analog cameras, IP cameras and encoders • Advanced playback capability, including scrub bar control • Customizable view layout • Access video from multiple site locations • Access video from multiple Symmetry CompleteView NVRs & Video Proxy servers COMPATIBLE SOFTWARE TouchView Mobile v1.7.0.22 for Android devices requires: • Symmetry CompleteView v4.4.2 or higher • Android OS v2.2 or higher TouchView Mobile vl.5.0.9 for Apple iCS requires: • Symmetry CompleteView v4.4.2 or higher • Apple iOS 7.0 or higher COMPATIBLE HARDWARE • Compatible with most Android smartphones and tablets (Android OS 2.2 or later). • Supports Apple devices • iPhone • iPad • iPod touch VIDEO I SYMMETRY TOUCHVIEW TOUCHVIEW MOBILE FUNCTIONALITY Multiple, customizable view layouts Yes Yes Configurable multi camera view layouts Yes Yes Drag and drop view layout configuration Yes N/A Point and click view layout configuration N/A Yes PTZ camera control Yes Yes Digital PTZ on any camera using iPhone-style stretch, pinch and drag controls Yes N/A PTZ preset positon control Yes Yes PTZ speed control N/A Yes User can view and edit PTZ preset names Yes Yes Simultaneous live display of cameras 30 16 Supports landscape and portrait modes Yes Yes Integrated Dynamic Resolution Scaling for low bandwidth consumption Yes Yes Playback of recorded video Yes Yes Date and time based search recordings Yes Yes Fast forward, skip to beginning/end of clip Yes N/A Pause and play controls for playback of recordings Yes Yes Scrub bar control for easy playback of recordings Yes Yes Take snapshot image from any displayed camera Yes N/A Email snapshot image Yes N/A User selectable video quality levels N/A Yes Adjustable frame rate speed N/A Yes Export and import configuration between devices Yes Yes HTTPS support for both CompleteView and Video Proxy servers Yes Yes 1i//��""��II��YY//��11����\\ EGHNOLO� sales@amag.com www.amag.com 05116UAr-A�TC(r 1og 2_ A GIS COMPANY ,r JAVELIN S870 PROXIMITY CARD READER The Javelin 5870 is a proximity card reader without keypad for integrated access control. The attractive, contemporary black and silver finish is designed to complement any office or building environment. The Javelin 5870 reads 125KHz HID proximity cards. The Javelin 5870 is designed for use with the Symmetry range of door controllers and is compatible with all versions of Symmetry software. The Javelin 5870 uses secure, bi-directional, pseudo -random supervised MCLP communications to the door controller. Both the card reader and cable are supervised, and an alarm will be generated if the card reader is tampered with or communications lost. Wiegand communication is also supported between the card reader and controller. KEY FEATURES Proximity access control card reader for a wide range of security applications Designed to fit most standard electrical back boxes Maximum read range of 4" (102mm) dependent on card Reads 125KHz HID proximity cards Secure, bi-directional, Pseudo -Random supervised MCLP communications • Wiegand output • Integrated Door Pre -held warning buzzer • Mufti -tone audio sounder for access granted or denied • LED feedback for verification of card accepted or rejected • Three color LED alert status indication ACCESS CONTROL ( S870 PROXIMITY CARD READER SPECIFICATIONS Model Types • Javelin 5870 - HID 125KHz proximity card reader with integrated Communicating Distances • All Symmetry door controllers to Symmetry 5870 (MCLP) = 3000ft/1000m • All Symmetry door controllers to Symmetry 5870 • (Wiegand) = 500ft/150m Dimensions inches (mm) • Width = 3.5 (85mm) • Height = 4.4" (113mm) • Depth= 0.9" (23mm) Operating Environment • -13°F to +158°F (-25°C to +70°C) E • 15% to 90% Humidity, non -condensing C' Power Requirements v. v • Nominal 12VDC (9-14V) • Maximum current consumption 120mA APPROVALS Radio regulatory approvals • FCC CFR47 Part 15C • EN 302291 EMC Type Testing • EN 301489 Access control product testing • IP44: R & TTE Directive 1999/5/E • UL294 PURCHASING INFORMATION • 870 — Card only proximity reader 1,1153 L'.1. � I,- _ , ___. 3.5 (85 mm) 1E,AG A WS COMPANY sales@amag.com www.amag.com E o E O M N I 7� / AMAG TECHNOLOGY A G4S COMPANY SYM M ETRYTM MULTINODE M2150 INTELLIGENT CONTROLLER The multiNODE M2150 range of controllers provides distributed intelligence for your access control system and ensures complete system security, resilience and reliability. When integrated with Symmetry security management software, the M2150 controller range delivers a seamless security management system to protect all types of buildings while maintaining a low cost of ownership. At the core of a standard access control installation is the M2150 database controller (DBC), an intelligent controllerwith built in database and support for 2, 4 or 8 card readers. Expansion of the system Is simple using remote door controllers (DC) that offer the functionality of the DEC without a database onboard, up to a maximum of 16 doors. Expansion beyond 16 doors is achieved by installing additional DBCs and DCs as required, providing solutions that can scale up to many thousands of doors. Each DEC can manage 20,000 cardholders, and this can be increased to a maximum of 250,000 using plug-in memory modules. The M2150 DBU offers the ultimate in flexibility and system design architecture by delivering database intelligence with connectivity to remote door controllers. The M2150 range of controllers provides a resilient and fault tolerant access control solution that will continue to operate in the unlikely event of database server or network infrastructure failure. Using additional input or output modules and controllers the M2150 range can be extended to manage a number of applications, including alarm monitoring. KEY FEATURES • Modular mix and match configuration • Connects to Symmetry management software via LAN, WAN, RS232 or Modem • Each M2150 can control up to 16 doors and readers • Manages 20,000 card holders and 65,000 offline transactions (expandable to 250,000 cardholders • Connect smart card, proximity or legacy magstripe readers using multiNODE current loop protocol (MCLP) • Wiegand and Biometric reader support using optional WIM • Elevator model controls up to 64 doors • Wireless or secure AES encrypted communication options • Available with or without enclosure and power supply • UL Listings: UL 294, UL 1076 ACCESS CONTROL I MULTINODE M2150 me M2150 Database Unit with Integrated Door Controller (08C) Each M2150 controller supports 20.000 cardholders (expandable to 250,000) and up to 16 card readers with the addition of optional door controllers. Includes integrated RS232 port. Door input and output controllers connect using RS485. Optional network interface modules are able to provide LAN or wireless access. Enclosure is supplied with 3.5A 12VDC power supply (20VAC or 24VDC input). Homeland Security Edition (HSE) and Hand Geometry variants are available - see price list for details. G4T-M2150-043 2DBC 2 CAB3A W: 16.5in (420mm), H: 21.7in (550mm), D: 3.7in (95mm) M2150-2DBC 2DBC 2 Board only W: 8.67in (220mm), H: 9.1 Bin (233mm) G4T-M2150-041 4DBC 4 CA133A W: 16.5in (420mm), H: 21.7in (550mm), D: 3.7in (95mm) M2150-4DBC 4DBC 4 Board only W: 10.24in (260mm), H: 11.03in (280mm) G4T-M2150-001 8DBC 8 CAB3A* W: 16.5h (420mm), H: 21.7in (550mm), D: 3.7in (95mm) G4T-M2150-015 8DBC 8 CABS* W. 20.8 (529mm), H: 26.2in (666mm), D: 4. lin (I05mm) G4T-M2150-040 8DBC 8 RAK3 19" 21J Rack Mount Enclosure. 3.5A power supply M2150-8DBC 8DBC 8 Board only W: 11.03in (280mm), H: 10.24in (260mm) M2150 Database Unit (DBU ) M2150 database unit supports 20,000 cardholders (expandable to 250,000) and up to 16 card readers with separate door controllers. Includes integrated RS232 port. Door input and output controllers connect using RS485. Optional network interface modules are able to provide LAN or wireless access. An integrated RS232 port is provided. Board only, requires enclosure and power supply. NOTE : The EN-DBU is also ava.laole - See separate catasheet M2150-DBU DBU - Board Only W: 9.45in (240mm), H: 6.3in (160mm) M2150 Door Controller (DC) Extends DBU and DBCto support up to 16 readers. Connects to DBU, 2DBC, 4DBC and 8DBC via RS485. Enclosure is supplied with 33A 12VDC power supply (20VAC or 24VDC input) G4T-M2150-023 2DC 2 CAB3A W. 16.5in (420mm), H: 21.7in (550mm), D: 3.7in (95mm) M2150-2DC 2DC 2 Board only W: 4.65in (I 18mm), H: 11.03in (280mm) G4T-M2150-025 4DC 4 CA63A W: 16.5in (420mm), H: 21.71n (550mm), D: 3.7in (95mm) M2150-4DC 4DC 4 Board only W: 6.89in (175mm), H: 12.6in (320mm) G4T-M2150-002 BDC 8 CAB3A* W. 16.5in (420mm), H: 21.7in (550mm), D: 3.7in (95mm) M2150-8DC SDC 8 Board only W. 11.03in (280mm), H: 10.24in (260mm) ' 6A power supply (18VAC or 24VDC input) ACCESS CONTROL I MULTINODE M2150 SYMMETRY ACCESS ACI - CESS CONTROL NETWORK INTERFACE MODULES Plug-in module that connects to the DBU, 2DBC, 4DBC and 8DBC to provide an IP network interface connection. MN -NIC -4 Provides a 10/100 Mbps network connection for DBU, 2DBC, 4DBC and 8DBC. MN -NIC -4 -ENC' Provides a secure AES encrypted 10/100 Mbps network connection for DBU, 2DBC, 4DBC, BDBC *Requires export control licensing when exported to certain countries DATABASE UNIT WITH INTEGRATED ELEVATOR INTERFACE Each M2150 elevator controller supports 20,000 cardholders (expandable to 250,000) and up to 64 floors. Includes enclosure and power supply M2150-ELEV-S I elevator 32 floors W: 20in (510mm), H: 20in (510mm), D: 6.8in (172mm) 2 elevators 16 floors Board only M2150-ELEV-EXT-S I elevator 64 floors W: 20in (510mm), H: 20in (510mm), D: 6.8in (172mm) 2 elevator 32 floors Extends to M2150-ELEV to support up to 64 floors or 4 elevators. 4 elevator 16 floors (Add on extension for the M2150-ELEV, which must be ordered separately.) INPUT AND OUTPUT MODULES Plug-in input and output modules mount onto the DBC and DC to provide additional inputs and outputs. The 2DBC, 2DC, 8DBC and 8DC support one module. The 4DBC and 4DC support two modules. M2150-AC8/4 8 4 M2150-OC4/8 4 8 W.4.53in (I15mm), H: 3.23in (82mm) W. 4.53in (I 15mm), H: 3.23in (82mm) INPUT AND OUTPUT CONTROLLERS Input and output controters connect to the DBU, 2DBC, 4DBC and 8DBC via RS485 to provide additional 1/0. Each input or output controller added to an M2150 reduces the maximum number of readers that the controller can support by four. M2150-AC24/4 24 4 Board only M2150-OC4/24 4 24 Board only G4T-M2150-003 24 4 CAB3A G4T-M2150-021 4 24 CAB3A W. 6.89in (175mm), H: 12.6in (320mm) W. 6.89in (175mm), H: 12.6in (320mm) W: 16.5in (420mm), H: 21.7in (550mm), D: 3.7in (95mm) W. 16.5in (420mm), H: 21.7in (550mm), D: 3.7in (95mm) ACCESS CONTROL I MULTINODE M2150 R ij ASO' � \ , To To To air In ilt SyMB.1C'Rr Ln w�. to SYW&-rRY sof , 4DBC 1\ SYMMETRY Software qek 2DBC ` "MW R C SYMMx�RI �) e:Mvxbu yln,8 .w m•or oua 8DBC � wpn,IM}ihMws, bAl,mfa PdM Each AC' 411 or 0C1,21 wnveller adceat'.o an 1`2150 DB'J a - DBC -educe. tic xL^um i.,,mbcr cf r�Wde�s That the.rn:c le' c3 .upport btJour. ENCLOSURES MN-CAB3A +pSU-KIT Hinged lid enclosure with lock and 3.5A 12VDC power supply (20VAC or 24VDC input). W: 16.5in (420mm) H: 21.7in (550mm), D: 3.7in (95mm). Available space for: • DBU with any one of the following: AC24/4, OC4/24, 4DC or 2DC • Any two of the following: 2DC, 4DC, AC24/4, OC4/24 • One 8DBC, 8DC, 4DBC or 2DBC MN-CAB4A +pSU-KIT Hinged lid enclosure with lock and 3.5A 12VDC power supply (20VAC or 24VDC input). W: 19.7in (500mm), H: 22in (560mm), D: 4.1 in (105mm) Available space for: • DBU with any two of the following: AC24/4, OC4/24, 4DC, 2DC • One 8DBC, 8DC, 4DBC or 2DBC plus any one of the following: AC24/4, OC4/24, 4DC • One 4DC, AC24/4 or OC4/24 optionally with up to two 2DC's MN -CABS +pSU-KIT Hinged lid enclosure with lock and 6A 12VDC power supply (20VAC or 24VDC input). W: 20.81n (529mm), H: 26.2in (666mm), D: 4.IIn (105mm) Available space for: • One, or any two of the following: 8DBC or 8DC MN-RAK3 19" 21J Rack Mount Enclosure and 3.5A 12VDC power supply (100 to 240VAC input). Available space for: • DBU with any one of the following: AC24/4, OC4/24, 4DC or 2DC • Any two of the following: 2DC, 4DC, AC24/4 or OC4/24 • One 8DBC, 8DC, 4DBC or 2DBC Tim R ij ASO' � \ , To To To air In ilt SyMB.1C'Rr Ln w�. to SYW&-rRY sof , 4DBC 1\ SYMMETRY Software qek 2DBC ` "MW R C SYMMx�RI �) e:Mvxbu yln,8 .w m•or oua 8DBC � wpn,IM}ihMws, bAl,mfa PdM Each AC' 411 or 0C1,21 wnveller adceat'.o an 1`2150 DB'J a - DBC -educe. tic xL^um i.,,mbcr cf r�Wde�s That the.rn:c le' c3 .upport btJour. ENCLOSURES MN-CAB3A +pSU-KIT Hinged lid enclosure with lock and 3.5A 12VDC power supply (20VAC or 24VDC input). W: 16.5in (420mm) H: 21.7in (550mm), D: 3.7in (95mm). Available space for: • DBU with any one of the following: AC24/4, OC4/24, 4DC or 2DC • Any two of the following: 2DC, 4DC, AC24/4, OC4/24 • One 8DBC, 8DC, 4DBC or 2DBC MN-CAB4A +pSU-KIT Hinged lid enclosure with lock and 3.5A 12VDC power supply (20VAC or 24VDC input). W: 19.7in (500mm), H: 22in (560mm), D: 4.1 in (105mm) Available space for: • DBU with any two of the following: AC24/4, OC4/24, 4DC, 2DC • One 8DBC, 8DC, 4DBC or 2DBC plus any one of the following: AC24/4, OC4/24, 4DC • One 4DC, AC24/4 or OC4/24 optionally with up to two 2DC's MN -CABS +pSU-KIT Hinged lid enclosure with lock and 6A 12VDC power supply (20VAC or 24VDC input). W: 20.81n (529mm), H: 26.2in (666mm), D: 4.IIn (105mm) Available space for: • One, or any two of the following: 8DBC or 8DC MN-RAK3 19" 21J Rack Mount Enclosure and 3.5A 12VDC power supply (100 to 240VAC input). Available space for: • DBU with any one of the following: AC24/4, OC4/24, 4DC or 2DC • Any two of the following: 2DC, 4DC, AC24/4 or OC4/24 • One 8DBC, 8DC, 4DBC or 2DBC ACCESS CONTROL I MULTINODE M2150 Expandsto 250,000 card holders Network foo" interface options 001* 'gill � •` a400� '60• +"00. • .r. a I Protective overlay with installation instructions OPTIONAL COMPONENTS • Flexible reader interface options Models to suit required number of doors Door ' controller interface Supervised communications MN -RS232 -1 RS232 interface module. Provides a second RS232 interface forthe DBU, 2DBC, 4DBC or 8DBC M2150 -MEM -050K 50,000 cardholder memory module for DBU, 2DBC, 4DBC or 8DBC M2150-MEM-IOOK 100,000 cardholder memory module for DBU, 2DBC, 4DBC or 8DBC 1`12150 -MEM -250K 250,000 cardholder memory module for DBU, 2DBC, 4DBC or 8DBC WI112 Wiegand interface module for 2DBC or 2DC. Enables connection of 2 Wiegand readers WI114 Wiegand interface module for 4DBC or 4DC. Enables connection of Wiegand readers WIMB Wiegand interface module for BDBC or BDC. Enables connection of 8 Wiegand readers MN-RS485-DUAL RS485 reader interface module for 2DBC or 2DC. Enables connection of 2 R5485 readers (contact technical support for compatible readers) MN-RS485-QUAD RS485 reader interface module for 4DBC or 4DC. Enables connection of 4 RS485 readers (contact technical support for compatible readers) ACCESS CONTROL I MULTINODE M2150 SPECIFICATIONS Management Software • Symmetry Professional, Enterprise or Global version 6.1 SP2 or later Operating Environment • +14°F to 131°F( -10°C to 55°C) • 15% to 90% humidity, non -condensing Communications IP Network • M2150 DBU and DBC LAN Interface (10/100 Mops) Hardwired / Modem • DBU or DBC to PC or Modem (RS -232) = 45ft RS232 port included as standard • DBU or DBC to DBU or DBC (20mA) = 3000ft (1000m). Up to 32 Controllers per chain • DBU or DBC to DC (RS485) = 3000ft (I 000m). Up to 16 Readers per Controller • DBC or DC to Symmetry Reader (20mi = 3000ft (I 000m) • DBC or DC to Wiegand Reader (requires Wiegand Interface Module) = 325ft (100m) Storage Capacities • 20,000 cardholders and 65,000 offline transactions • Optional memory modules increase capacity to 50,000, 100.000 or 250,000 cardholders 11/16 - f .. . _ Inputs/Outputs • 1`12150 controllers support n iNODE 21 current loop protocol (MCLP) readers • Wiegand reader support via optional (WIM) interface module • Door monitor and Exit request inputs support 2, 3 or 4 state supervision • Relay outputs are rated at 31 3A max • All input modules and alarms controllers support 2, 3, 4 or 6 state input supervision • Each AC24/4 or OC424 controller added to an M2150 DBU or DBC reduces the maximum number of readers that the controller can support by four NOTE: For single door applications supporting Power over Ethernet, please see the separate EN -I DBC datasheet. Please refer to price list for part numbers for each referenced item. f—� A G4S COMPANY sales@amag.com www.amag.com SYMMETRY ACCESS CONTROL 1 • • • CCESS CONTROL I ADVANCED REPORTING A GIS COMPANY SYM M ETRYTM ADVANCED REPORTING The Symmetry Advanced Reporting module provides users with the ability to generate powerful custom reports. This free of charge add on Symmetry module has been specifically designed to support the creation of tailored reports for information such as employee information, alarms, system status or access control event data. Symmetry Advanced Reporting uses a sophisticated Data Dictionary which compiles multiple database views to simplify report creation. Customized reports can then be stored on the network alongside an included library of standard reports for users to access. Collate data such as employee activity, alarms, system status or event data to measure and analyze by exporting it into various formats including Excel spreadsheets, PDF format or by email. The integrated design tool enables users to customize the look of reports through inclusion of company logos as well as change colors and layouts for a corporate look and reporting standardization. Whether using standard reports from the library or creating something custom the data can be displayed in a variety of formats including graphs and charts. A comprehensive help functionality is available within Symmetry Advanced Reporting to support users designing their own reports. Alongside the help functionality sits an extensive library of step by step training videos to aid users in report creation. Symmetry Advanced Reporting is a comprehensive tool, available as an add-on from Symmetry V8.0.2 onwards and can run on any PC with a connection to the Symmetry database. Reports can be written by either the Symmetry users themselves, the Symmetry Authorized Certified Reseller or by AMAG Technology. AMAG Professional Services provide a report writing service. For more information contact proservicesQamag.com. Symmetry Advanced Reporting encompasses a sophisticated audit capability designed to meet compliance requirements for regulated industries such as NERC CIP for the electric power industry. KEY FEATURES • Report design tool • Create unlimited reports from Symmetry database • Advanced audit report capability • Extensive help functionality • Training video library • Sample reports provided • Runs on any PC with Symmetry database connection • Export reports in MS Excel, PDF's or email • Clear graphs and chart data display option • Free of charge add on module for Symmetry V8.0.2 or later ACCESS CONTROL I ADVANCED REPORTING Onsite Times - ..�._ .. _. .... .. ., .. .. .- ..mom KEY BENEFITS • Design custom reports to meet business requirements • Easy to follow step by step videos for guidance • Export capability enables simple communication of reports • Run quick reports from the sample library • Add corporate styling with design tool • Familiar reporting operation and design tool w R-91 111 lip, PURCHASING INFORMATION Available for download from AMAG Partner Site Compatible with Symmetry vB.0.2 and later A G4S COMPANY sales@amag.com www.amag.com MAIN PROPOSAL FOR (MAINTENANCE): The City of Rosemead Access Control and Camera System Maintenance (SOLICITATION: 2022-25) Due Date: 29 September 2022 Proposal Prepared For: Proposal Approved By: City of Rosemead 838 E. Valley Boulevard Rosemead, CA 91770 POC: Michael Bruckner Title: Assistant City Manager Email: mbrucknert@citvofrosemead.ore Tel: (626) 569-2106 FIRST. s %�0,6 - CVE cV� HOE Systems Inc. 27419 Via Industria Temecula, CA 92590 POC: Mr. Qais Alkurdi Title: Chief Executive Officer Email: Contracts@HQESystems.com Tel: (800) 967-3036 X1102 This proposal contains trade secret and confidential business or financial information exempt from disclosure under the Freedom of Information Act. This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed—in whole or in part—for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of—or in connection with—the submission of this data; the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Govemment's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in this proposal and all attachments. All product names, logos, and brands are the property of their respective owners. All company, product, and service names used in this proposal are for identification purposes only. Use of these names, logos, and brands does not imply endorsement. 4 1. Cover Letter Access Control and Camera System Maintenance Rosemead, CA Table of Contents 2. Company Information 2.1 Why Our Customers Choose Us 2.2 What We Offer 3. HQE's Technical Capabilities & Proposed Solution 3.1 HQE's Full Electronic Security Systems (ESS) Capabilities 3.2 HQE's In -House Full Service Electronic Security Systems Capabilities 3.3. HQE's In -House Full ESS Maintenance Capabilities 3.4 HQE's Proposed Solution For This Project 3.4.1 Project Key Issues/Obstacles To Mitigate 3.5 HQE's Project Methodology To City of Rosemead's Requirement 4. Staffing, Cost, and Customer Support 4.1 Project Staffing Plan 4.2 Cost 4.5 Customer Support S. Project Support Plan 5.1 Where We Support Our Customers From 5.2 HQE's Dedicated Experienced Contract & Technical Leaders 5.4 Credentials Of HQE's Dedicated Electronic Security Systems (ESS) Team 6. Key Past Performance (Last 3 Years) 6.1 Successful Relevant Projects For Reference ATTACHMENT 1: DETAILED COMPLIANCE MATRIX ATTACHMENT 2: RESUMES & COMPANY CERTIFICATION ATTACHMENT 3: LETTER OF REFERENCE 2 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 43 4 4 4 5 5 6 7 8 9 11 13 13 13 14 15 15 16 19 20 21 25 27 37 1. Cover Letter To the City of Rosemead's Procurement Board, Access Control and Camera System Maintenance Rosemead, CA HQE Systems, Inc. is a Service -Disabled Veteran -Owned Small Business (SDVOSB) with its global headquarters in Temecula, CA. HQE Systems is pleased to submit a response to the City of Rosemead's request for an offer regarding Access Control and Camera System Maintenance Service. Since 2014, HQE Systems has been designing, engineering, installing, and maintaining major Access Control Systems (ACS), Intrusion Detection Systems (IDS), and Video Surveillance Systems (VSS) solutions for a host of clients worldwide. Specifically for this opportunity, HQE will provide a solution that meets all of the specifications set forth by the City of Rosemead for the Access Control and Camera System Maintenance project. The following are the key points to HQE's proposed solution: An experienced local California company with all the required licenses, certifications, and experiences to successfully start the project on day one of the contract award. A dedicated team that has maintenance expertise of the existing and proposed new AMAG systems being upgraded into the City's facilities A fully dedicated technical team that will provide customer service 24/7 for 365 days A responsive local technical team that can provide any emergency services when necessary Full turn -key preventive maintenance service that meets all OEM standards The Access Control and Camera Systems Maintenance Service solution being offered for solicitation 2022-25 from HQE meets or exceeds all specifications of the stated requirements. HQE acknowledges, understands, and complies with all FARS, Scope, Requirements, and Instructions outlined in the document(s), the Statement of Work (SOW), amendments, and attachment(s) provided by the City of Rosemead. If you have any questions or concerns, please contact our dedicated team for this project: Contract Issue POC: Mr. Dais Alkurdi Chief Executive Officer ContractsPHQESvstems.com (800) 967-3036 Ext 1102 Technical Issue POC: Mr. David Ditto Lead Program Manager /ACS and VSS Expert BDAHQESvstems.com (800) 967-3036 Ext 1109 Customer Support: Ms. Desiree Carr Customer Account Manager BDCdHQESvstems.com (800) 967-3036 Ext 1106 Company Name: HOE Systems, Inc. Address: 27419 Via Industria, Temecula, CA 92590 Phone/Fax: 1(800)967-3036/1(760)645-7183 Classification: Certified California Disabled Veteran Business Enterprise (2001433/ACTIVE) Certified California Small Business Enterprise (2001433/ACTIVE) Licensed & Bonded California C7 Contractor (1087628/ACTIVE) DUNS/UEI Number: 079240822/YGCSL35ZWAD7 CA SB/DVBE: 2001433 CAGE Code: 72W82 SAM/WAWF: CERTIFIED/ACTIVE Federal EIN: 46-4509670 SDVOSB: CERTIFIED/ACTIVE VA VetsFirst: CERTIFIED/ACTIVE CSLB C7 LIC: 1087628/ACTIVE Authorized Official, dais A kurdi, CEO - Disabled Veteran/Retired 3 ) Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 9 .14°� i r ," G CO) tint's n I c k,,I;CV1 VERIFIED 2. Company Information 2.1 Why Our Customers Choose Us HOE Systems, Inc. (HQE) is a Service Disabled Veteran Owned Small Business (SDVOSB) with its global headquarters in Temecula, California. HQE was founded by service -disabled veterans who wanted to continue to serve our communities after honorably serving in the military. For a short period, the founders of HQE worked as Subject Matter Expert (SME) Engineers and managers for our nation's largest Fortune 50 technology companies. With the work ethics sharpened in the military and the technical and project management knowledge gained from working for Fortune 50 companies, the founders of HQE decided to open its door officially in 2014. Since then, HQE has grown to become an internationally recognized full-service technology company servicing over 1,000+ sites worldwide. The value of HOE goes beyond just our technically exceptional offer and price. Since 2014, we have continued solving problems for our clients through innovative software development and systems integration. Any company can offer a piece of equipment and install it. That's the easy part. But very few are capable of integrating legacy technologies with modern systems. Ultimately, our new customers always become our longtime customers due to our ability to solve problems others won't touch. We solve problems! But more importantly, we will ALWAYS GO THE EXTRA MILE TO SERVE YOU AND YOUR TEAM! Access Control and Camera System Maintenance Rosemead, CA 2.2 What We Offer A5M= cooE LERT O V SURVEILLANCE ACCESS INTRUSION OUTDOOR INDOOR ELECTRONIC SOFTWARE SYSTEMS CAMERAS CONTROLS DETECTION GIANTVOICE PAGING MASS ALERTS DEVELOPMENT INTEGRATIONS 4 j Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. HL�7l-- Access Control and Camera System Maintenance Rosemead, CA 3. HQE's Technical Capabilities & Proposed Solution 3.1 HQE's Full Electronic Security Systems (ESS) Capabilities HQE provides full turn -key solutions and services for all ESS capabilities. Our ESS engineering and technical teams have the experience and know-how to support projects of any size and scope successfully. HQE can provide solutions for systems design, planning, installation, upgrades, and sustainment services. We can provide the full spectrum of solutions as a full turnkey service because all of the core capabilities are in-house. HQE can provide full solutions for the capabilities listed below: i!i!i!e.li!Q�liSli Command Centers: Single to multi -site command and control capabilities. Access Control Systems: Locks, card readers, and software management systems. o Intrusion Detection Systems: Perimeter, windows, and door alarms. :• Video Surveillance Cameras: Indoor, Outdoor, Fixed, and FITZ cameras with licenses. Entry Point Systems: Single & multiple entry point pedestrian and vehicle access systems. Monitoring Services: Dedicated or systems alarm / alert coordination services. o Maintenance Services: Short & Long Term Preventative & Corrective Maintenance. ESS Consulting Services: Design, Engineering, Upgrade, & RFP Management Services Compliance subject Matter Experts: With over 155+ years of combined ESS hands-on experience, HQE has demonstrated mastery of understanding the compliance laws of the industry. Our clients have the utmost confidence in our team to successfully engineer, install, and maintain systems within the compliance laws and regulations identified below. (� DSSDo �� SSA�N TAA ENNDCOM•LIANT COMPLIANT COMPLIANT NEPA TftagF Tta t*T * Note: HQE provides a solution and not a compliance service. 5 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. E13a: Access Control and Camera System Maintenance Rosemead, CA 3.2 HQE's In -House Full Service Electronic Security Systems Capabilities SMART Fully Integrated Electronic Security System Video Surveillance Solutions Access Control Solutions Intrusion Detection Solutions i? - Virg riot . yy 1' *Note: The image above is provided for reference only. For the actual system being proposed, see attached technicaldatasheets. HOE prides itself in providing all of the design, installation, testing, training, and maintenance service with our in-house Video Surveillance Systems (VSS), Access Control Systems (ACS), and Intrusion Detection Systems (IDS) Subject Matter Expert (SME) Engineers and Technicians. HQE's Electronic Security Systems Maintenance Service capabilities include (not limited to this list): ••r Monitoring Command and Control (C2) Software HOE is capable of providing a component upgrade to your existing system or a full solutions consultation, design, installation, upgrade, and or maintenance service. With all of the engineering design and installation team on hand, HOE can quickly solve your issues and be on-site to install within weeks if not days! 6 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal ➢ Software Upgrades Full ACS Software Mobile ACS Software :• Controllers ➢ Door Controllers Network Controllers Wireless Controllers •: Access Systems n Key Pads Proximity Readers ID Badge Readers :• Intrusion Systems Motion Sensors Contact Sensors Proximity Devices ❖ Video Surveillance );- All CCTVs Video Management Video Recording Monitoring Solution Closed & Open Systems Tracking & Recognition HOE is capable of providing a component upgrade to your existing system or a full solutions consultation, design, installation, upgrade, and or maintenance service. With all of the engineering design and installation team on hand, HOE can quickly solve your issues and be on-site to install within weeks if not days! 6 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal 1 7�r= Access Control and Camera System Maintenance Rosemead, CA 3.3. HQE's In -House Full ESS Maintenance Capabilities Inspections Preventive Maintenance (PM) Corrective Maintenance (CM) Detailed & Timely Reporting HQE's in-house factory -trained maintenance teams are agile and highly efficient at ensuring the highest systems readiness for our client's Intrusion Detection Systems. HQE's Subject Matter Expert (SME) Maintenance Technicians currently perform short- and long-term maintenance support contracts worldwide. Working in every environment (humid, dry, extreme heat/cold, dusty/sandy, tropical jungles, unstable local power, tornado/hurricane susceptible areas) on all known major brands. With real-world hands-on maintenance experience, HQE is capable of providing the below maintenance solutions: Electrical Inspections Mechanical Inspections System Performance Battery PWR Checks Verify Op Controls Verify Proper Voltage Check Data Logs Verify Software Verify Wiring/Fuses Verify Connections Inspect Recorders Check Doors & Locks Inspect Servers Check Door Controllers Check Keypads Inspect Readers Inspect Contacts Inspect Enclosures Inspect Camera Lens Inspect Housing Clean Connectors Clean All Surfaces Rust Removal Rust Prevention Check Cameras Verify IP Endpoints Logging Test Results Check Alarms Clean Cameras Check NVRStorage Note: The above table is to demonstrate part of the maintenance tasks only. There are more tasks associated with a full maintenance service. After performing specific or general preventative (PM) or corrective maintenance (CM), HQE's in-house factory -trained maintenance teams provide scheduled detailed post -service reports. These reports are highly thorough and provide our clients with a way -forward plan to help extend the life of the outdoor warning sirens and control systems. 7 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Rosemead, CA 3.4 HQE's Proposed Solution For This Project Specific to this solicitation (RFP 2022-25), HOE can provide the specified Access Control and Camera System Maintenance Service for the City of Rosemead. As HOE is a brand agnostic systems integrator and maintenance service provider, HOE is capable of providing factory -level standard inspections and preventive and corrective maintenance on all known brands and equipment on the market today. After careful analysis and study of the solicitation, HOE proposes a simple but highly effective service solution. HOE prides itself on being light on overhead and heavy on technical experience and capabilities. To ensure the highest probability of success for this maintenance service contract, HOE will provide: A Task Organized Maintenance Service Support Package. HOE'S dedicated maintenance team will service the City of Rosemead with complete electronic security systems maintenance by providing factory -level maintenance support. This ensures that the proposed maintenance service solution is REQUIREMENTS focused and not cookie -cutter. This task -organized approach to providing solutions is HQE's signature approach to mitigating pain points for our current long-term maintenance contract clients. Too often, the maintenance industry cookie -cutter packages that are too large or light on the technical service which ultimately causes delays or budget creeps. While leading technicians in the military communications maintenance units and managing the maintenance departments for the Fortune 50 aerospace & defense communications companies, we have observed and experienced the ideal ways to complete complex projects while reducing the overall cost for our clients. This is truly the competitive advantage of HOE over our competitors. We can provide our customers with Fortune 50 size OEM maintenance service quality at a small business price. FULL IN-HOUSE ELECTRONIC SECURITY SYSTEMS PROVIDER ACCESS CONTROL \ ALERTING SYSTEM %I� n.. ALARM SIRENS 'ry INTRUSION CONTACTS Alf -4,1-Z _E1 VIDEO SURVEILLANCE BREAK GLASS SENSOR 8 i Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. �G 3.4.1 Project Key Issues/Obstacles To Mitigate Access Control and Camera System Maintenance Rosemead, CA The following information demonstrates that HQE has studied, assessed, and developed achievable and sustainable solutions to ensure the success of this project. The following information is only to highlight the key issues of the project. In HQE's Attachment 1 (Detailed Compliance Matrix), HQE's senior management team, the dedicated lead project manager, engineers, and technicians have developed a fully comprehensive plan of action for every scope of work specification. It is to note that any contractual terms will be adhered to in addition to providing the specified requirements by the City of Rosemead. HQE's Project Approach and Solution For The City of Rosemead's Maintenance Service Project 1 The City of The City of Rosemead requires an additional proposal for ongoing maintenance of the Access Rosemead's Control and Camera Systems. Requirement HQE's Proposed As a full maintenance service solutions provider for Access Control and Camera Systems, HQE will Solution Plan provide a maintenance plan that will include: • Customer Support 24/7 • Preventative maintenance to include quality inspections of hardware/software and database maintenance • Visual inspection for all major components • Performance of complete maintenance of mechanical components, digital Network and camera, and monitoring systems as requested • Assistance in the design of systems for City facilities as needed and determined by the City representative • Additional material or labor necessary to complete installation HQE's Project Approach and Solution For The City of Rosemead's Maintenance Service Project 2 The City of The City of Rosemead requires a responsive customer support service. Rosemead's Requirement HQE's Proposed HQE has a dedicated customer support team and plans for the City's project. HQE has dedicated Solution Plan the two 1R. Project Managers as the primary POCs for all technical customer support staff. Primary customer support staff: • Mr. Jason Jensen, Access Control and Camera Systems Expert, with over 15 years of experience with the proposed solutions and systems. Lives within 40 min from Rosemead. • Mr. Ruben Garcia, Access Control and Camera Systems Expert, with over 10 years of experience with the proposed solutions and systems. Lives within 35 min from Rosemead. HQE's planned preventive & correct maintenance service will consist of: • All preventive maintenance (PM) will be planned per the specified requirements of the RFP. It should be noted that all systems maintenance will be per the OEM recommendations and specifications. • Corrective maintenance (CM) issues identified during the PMS will be serviced for all works that are not replacing major end items or systems. To stay within the City's 9 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Rosemead, CA budget, HQE assumes that the CMs for the endpoints or major systems components will require an additional budget from the City. These items identified for replacement or CM will be submitted in a CM request report to the City per the City's RFP specifications. No work will be executed by HQE without written approval from the City's approved authorities. HQE's 24/7/365 Customer Support plan consists of: • HQE will provide the City with multiple customer support communications means: o Technical Support Website Portal 0 800 Technical Support Telephone Number o Direct Emails and Phone Numbers for Assigned Customer Support Team HQE's Response Times To The Customer Support Requests: • HQE will provide prompt responses to all non -urgent technical inquiries. Normally, all inquiries are addressed within 24 hours of receiving the communications. • HQE will provide a technical response (web portal, phone call back, email response) for all urgent matters within 2 hours of the request. • HQE's technical support team will address the issue remotely for the City to alleviate any delays for issues that can be remotely resolved. • HQE's technical support team will respond on-site within 2-4 business days for all non -urgent systems issues. • If deemed urgent by the technical team, HQE's technical support team can deploy within a reasonable period to address the issues on site. HQE's Project Approach and Solution For The City of Rosemead's Maintenance Service Project 3 The City of The City of Rosemead requires maintenance service at multiple facilities across the City. Rosemead's Requirement HQE's Proposed HQE's dedicated team is task organized to provide services to the City at the designated multiple Solution Plan sites. HQE's team has the following capabilities to support this requirement. • A service team that has already visited all of the sites to ensure that the assigned project managers and engineers understand the constraints of the location. • Multiple maintenance service teams assigned to the City's project. • Multiple service vehicles to transport the technical team with the tools and materials. HQE will have an assigned rotating maintenance service plan that will allow the experienced team with direct project knowledge to be available for the scheduled and non-scheduled services support tasks. 10 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. _h E1= Access Control and Camera System Maintenance W�k��. Rosemead, CA 3.5 HQE's Project Methodology To City of Rosemead's Requirement HQE utilizes a simple but highly effective modified waterfall project management process that is ideal for The City of Rosemead's need for this specific Access Control and Camera System Maintenance project. Based on the RFP 2022-25 HQE's dedicated maintenance project management team has established the following waterfall project management goals and milestones upIn CONTINUOUS"pejo CC PLANNING INSPECTION SCHEDULED CUSTOMER r a SERVICESERVICE ZF& OQ PHASE PHASE PHASE.;t WZOW. U �V HQE's Dedicated Program & Project Managers Will Manage This Entire Process For The Client . Note: The proposed estimated days above do not consider any scheduling conflicts, unexpected changes to the availability of supplies from the manufacturer, inclement weather, COVID-19 Pandemic, and/or civil unrest issues that may cause delays in the overall project. HQE will inform the City of Rosemead of any potential delays if any arise during any phase of the project. Initially DRAFTED Phases to support the City of Rosemead's maintenance requirements. Planning Phase Participant(s) 1 This phase is initiated when HQE receives the intent to award notice from the client. HQE The City of Rosemead AMAG & Other 2 Goals of this phase are: 3 Coordinate and finalize all administrative (contract) requirements X X 4 Conduct an internal kickoff meeting with the HQE's designated staff and the OEM/Suppliers X X to prepare for the project. 5 Coordinate the details of the official kickoff meeting for the project between HOE'S X X designated staff and the City of Rosemead's stakeholders. 6 Conduct the official kickoff meetingto include: • Project team introductions X X • Request for any final information/updates for the project • Discuss general milestones & schedule 7 Create the project milestones and schedule based on the discussions with the OEM & client I X X 8 This phase ends when the plan is established by HQE and approved by the client Inspection Phase Participant(s) 1 This phase is initiated when HQE receives the approval for the updated project plan based on the information gathered during the planning phase. HQE The City of Rosemead AMAG & Other 2 Goals of this phase are: 3 Study of the technical design of the specified systems to be serviced to include the review of the comprehensive overall system architecture. X X 4 Study the previous historical documents of the system's operational readiness and trending issues to project any bill of materials (BOM) that may help to identify potential long lead X X issues for supply management. 5 HQE to contact the supplier and update the overall lead times of the supplies potentially X being ordered for the Client that may impact the project's execution phase. x 6 All critical components that have malfunctioned will be reviewed with the OEM for potential X manufacturing issues. x 111 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Rosemead, CA 7 HOE to coordinate with the client's project POC to confirm the execution schedule. X X 8 This phase ends when the planned execution schedule is finalized, and all potential supply issues are reported. Scheduled Service Phase Participant(s) I This phase is initiated when the exact date is confirmed for lteam to be on-site to perform the hands-on execution of the project. HQE The City of Rosemead AMAG & Other 2 Goals for this phase are: 3 Linkup and meet the Client's POC and any other stakeholders on site. X X 4 HQE to coordinate with the City of Rosemead to capture all on-site DOs and DON'TS that were not previously identified. X X 5 HQE to initiate the hands-on service (inspection, preventative maintenance, corrective maintenance as per the solicitation instructions). X X 6 Conduct internal testing of the system installed to the OEM's proper function standards. For any test results that do not meet the OEM standards, HQE will fix the issue to ensure all Internal tests meetthe OEM standards forthe final performance. X X 7 HOE to coordinate with the client for the test and turnover date for post -service testing. X X 8 This phase ends when the testing and turnover date is agreed to by all parties. Test and Report Phase Participant(s) 1 This phase is initiated when the test and turnover date are agreed to by HQE and all stakeholders. (HQE & City of Rosemead) HQE The City of Rosemead AMAG & Other 2 Goals for this phase are: 3 Detailed site walkthroughs of all the works performed by HQE. X X 4 HQE to test the agreed-upon percentage of the system with the client to ensure the proper functioning of the system perthe OEM standards. X X X 5 HQE to fix any issues found during the test and turnover phase. X X 6 HQE to provide the client with the systems test and turnover files/ report. X X 7 HQE to conduct any training required by the client per the RFP. X X 8 This phase ends when the client signs off on the test and turnover certificate. Customer Support Phase Participant(s) 1 This phase is initiated when the client accepts the system. HQE The City of Rosemead AMAG & Other 2 Goals of this phase are: 3 Provide the level of customer support as required in the solicitation for all technical issues that may arise during the set time duration of the contract. X X 4 Provide the service calls as specified in the solicitation required by the Client. X X 5 Provide as agreed to/required virtual refresher training. X X 6 Provide the required report specified in the solicitation to the client. X X 7 This phase ends on the last day of the specified solicitation performance task requirement. * NOTE: HQE's initial plan can be modified if the City of Rosemead desires. We understand that the details of the project and timelines may have changed since the posting of the solicitation. 12 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Rosemead, CA 4. Staffing, Cost, and Customer Support 4.1 Project Staffing Plan HQE is a full-service Electronic Security Systems (ESS) maintenance service provider. For every project, the leaders of HQE ensure to build the right team for the maintenance project. This ensures that the managers and technicians with the appropriate experience are assigned to ensure the highest quality of service is delivered. For the maintenance project for the City of Rosemead, HQE has drafted the following staffing plan. HQE has assigned a primary and backup team for all key billets. HQE conducts a weekly projects status meeting between the Primary and Backup teams. This ensures that in the event of a teammate replacement due to medical or other emergencies, the transition will be transparent to the City of Rosemead. Any transition will be coordinated with the responsible authority for the Client on the project. # Key Billets Primary BackUp Current Staffing Plan 1 Program Manager Mr. David Ditto Mr. Charles Lewis Dedicated Personnel / Planned 2 Project Manager Mr. Nick Ellis Mr. Charles West Dedicated Personnel / Planned 3 Field Engineer Mr. Jason Jensen Mr. Kevin Ford Dedicated Personnel / Planned 4 Technicians Mr. Ruben Garcia Mr. Andrew Hernandez Mr. Fern Abundis Mr. Joe Castle Mr. Curt Canepa Mr. Jaime Jauregui Dedicated Personnel / Planned 5 1 Customer Support I Ms. Desire Carr I Ms. Rosina Melian Dedicated Personnel / Planned 4.2 Cost # Budget Summary - Options Estimate 1 1 OPTION til -Annual Sustainment $ 24,854.55 Total Estimate $ 24,854.55 * Discount: HQE is a Service -Disabled Veteran -Owned Small Business (SDVOSB). As a small business, HQE appreciates all payments executed NET 15 or sooner. For NET 15 or sooner payments, HQE will provide One Percent (1%) Discount. 13 i Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. H.�7G Access Control and Camera System Maintenance Rosemead, CA 4.5 Customer Support A HQE to provide the City of Rosemead with robust timely customer service to ensure the highest level of support and the system is at the highest operational readiness levels. HQE will ensure to provide the support specified in the RFP. If the City of Rosemead requires customer support, the following support system is in place to ensure customer satisfaction. How HQE provides support to our customers. Once the contract is awarded, HQE's lead project manager will provide the City of Rosemead access to HQE's Customer Support Portal. The City of Rosemead's designated project POC will be able to easily and securely submit any issues into the portal. The Customer Support Portal will provide the City of Rosemead with the following capabilities: ■ Toll -Free Phone Support: A toll-free number will be provided to the customer upon contract award. The customer can call the dedicated customer support team via the toll-free number 24/7. This toll-free number is linked to the dedicated support team. Once calling this toll-free number, the customer will be connected to the support team to receive the support request information over the phone. Once the information is collected, the customer support team will submit this requirement to the customer support portal. From that point forward, the customer will be informed of the response and the proposed resolution. 14 ( Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. S. Project Support Plan Access Control and Camera System Maintenance Rosemead, CA 5.1 Where We Support Our Customers From HOE'S global headquarters is located in the Westside Technology Park of Temecula, California. HQE's HQs consist of the company's management division, technical staff offices, and two major supply warehouses. Our supply warehouses are stocked with 5% to 10% of high -usage repair parts. Recently, HOE has increased the quantities of the in -stock parts to mitigate the long-term lead times. In addition, HOE has an in-house technical laboratory to support any advanced systems integrations and upgrades. As a global service provider, HOE provides support from multiple locations. Main HQ Office Eastcoast HQ Office European Support Office 27419 Via Industria 4900 O'Hear Ave Muhldorfer Strasse l Temecula, CA 92590 Suite 10 85661 North Charleston, SC Forstinning - Germany ® © Technical Support Locations ® © © © © © © East Coast Support © © • Charleston, SC Headquarters Office • Temecula, CA © © © I HQE's Technical Support Teams/Partners Locations Region I: western U.S. Region II: Central U.S. Region III: Eastern U.S. Sacramento, CA Houston, TX Washington, D.C. Los Angeles, CA San Antonio, TX Quantico, V.A. San Diego, CA Nashville, TN Raleigh, NC Seattle, WA Little Rock, AR Manchester, NH Phoenix, AZ St Louis, MO Atlanta, GA Salt Lake City, UT Louisville, KY Tampa, FL Albuquerque, NM Indianapolis, IN (Pending) West Palm Beach, FL Denver, CO Oklahoma City, (Pending) New York City, NY Note: Europe (Region IV) & Asia (Region V) support team/partner locations not shown. Locations do not depict a formal office. Rather HQE has full-time, part-time, independent contractors, and value partners that can provide support if required. 15 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title poge of this uroposol. I� Access Control and Camera System Maintenance slm Rosemead, CA 1,7771 5.2 HOE's Dedicated Experienced Contract & Technical Leaders Mr. Oais Alkurdi has over 17+ years of Access Control and Camera System Maintenance experience. His experience ranges from being an on -the -ground technician in multiple combat zones to managing major government projects after his honorable military service. From the beginning of his career, Mr. Alkurdi has fulfilled all the key positions for complex projects. As the Chief Executive Officer for HOE, Mr. Alkurdi is responsible for managing all aspects of this contract to ensure compliance with and adhere to all aspects of the terms and conditions of the service agreement. Mr. Alkurdi will be intimately involved from contract award to the end of contract turnover. Mr. Alkurdi will ensure the team provides quality service and the best solution to the City of Rosemead. Mr. Alkurdi has successfully managed over 250+ major complex contracts for Fortune 50 companies and HOE since being honorably discharged from the military. H 10 1 i) ti►" Qais Alkurdi Corporate Monitor/Contract Manager p g \�� {1• '\� q V1\Il\14 K rvt cv, Mr. Oais Alkurdi has over 17+ years of Access Control and Camera System Maintenance experience. His experience ranges from being an on -the -ground technician in multiple combat zones to managing major government projects after his honorable military service. From the beginning of his career, Mr. Alkurdi has fulfilled all the key positions for complex projects. As the Chief Executive Officer for HOE, Mr. Alkurdi is responsible for managing all aspects of this contract to ensure compliance with and adhere to all aspects of the terms and conditions of the service agreement. Mr. Alkurdi will be intimately involved from contract award to the end of contract turnover. Mr. Alkurdi will ensure the team provides quality service and the best solution to the City of Rosemead. Mr. Alkurdi has successfully managed over 250+ major complex contracts for Fortune 50 companies and HOE since being honorably discharged from the military. Mr. Ditto has over 14+ years of direct Access Control and Camera System Maintenance experience. A certified Project Management Professional, Mr. Ditto has managed major complex projects for clients from both sides of the project. Mr. Ditto has years of experience designing and drafting systems requirements as a Government Official. This experience allows Mr. Ditto to see what obstacles our clients are trying to overcome for any size project. With this experience, Mr. Ditto can manage the solution to meet the client's short-term and long-term sustainment requirements. The industry considers Mr. Ditto a subject matter expert for all Access Control and Camera System Maintenance aspects. Mr. Ditto has designed, installed, upgraded, and maintained over 6,000+ Electronic Security Systems worldwide. With his hands-on experience and honed contact management skills, Mr. Ditto will oversee and ensure every step of the contract delivery process. 16 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. H David Ditto Program Manager C•9„i¢•���+ cVc Mr. Ditto has over 14+ years of direct Access Control and Camera System Maintenance experience. A certified Project Management Professional, Mr. Ditto has managed major complex projects for clients from both sides of the project. Mr. Ditto has years of experience designing and drafting systems requirements as a Government Official. This experience allows Mr. Ditto to see what obstacles our clients are trying to overcome for any size project. With this experience, Mr. Ditto can manage the solution to meet the client's short-term and long-term sustainment requirements. The industry considers Mr. Ditto a subject matter expert for all Access Control and Camera System Maintenance aspects. Mr. Ditto has designed, installed, upgraded, and maintained over 6,000+ Electronic Security Systems worldwide. With his hands-on experience and honed contact management skills, Mr. Ditto will oversee and ensure every step of the contract delivery process. 16 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Rosemead, CA Charles Lewis t Program Manager - QC/QA LL �� Mr. Charles "Chuck" Lewis has been hand-picked for this project to ensure all of the services and solutions provided are of the highest quality. With over 27+ years of leadership and technical experience, he is known as a true subject matter expert for Access Control and Camera System Maintenance solutions. Mr. Lewis has successfully managed strategic communications/security assets on U.S. Naval submarines, ships, aircraft, and military installations, protecting our nation's most sensitive and strategic sites. Mr. Lewis is known for meticulous attention to detail. As a Project Management Professional, he understands how to maximize the team's productivity in any environment for any project. CUG Nick Ellis y Lead Project Manager <v. Mr. Nick Ellis has over 13+ years of direct Electronic Security Systems experience. Mr. Ellis is trained and factory -certified with most of the major national brands. He is a technical subject matter expert with factory -level training and years of designing, integrating, installing, and upgrading over 4,500+ Electronic Security Systems endpoints. Mr. Ellis also has over 10+ years of leading technical teams on multiple site/facilities projects. After assessing the scope of work, HQE's leader hand -selected Mr. Ellis for this project for the City of Rosemead. This was due to Mr. Ellis' recent successful project that was similar in size and scope to the City of Rosemead's project. The handpicked project leadership team has worked together on over 30+ successful projects in the past year. All of the projects collaborated on were completed and met the customer's expectations contractually and technically. 17 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. i'Ar � Access Control and Camera System Maintenance r Rosemead, CA HQE's dedicated project team has over 155+ years of Access Control and Camera Systems engineering design, installation, and maintenance experience. All assigned personnel have active security clearances and full background checks. Dedicated Staff To This Project Q EXPERIENCED CAPABLE TRUSTED CERTIFIED Qats Alkurdi Corporate Monitor Systems & Contracts Expert David Ditto Program Manager PMP Certified Project Lead Rodney Rahe Chuck Lewis I Support Services Manager Operations Manager IL Materials & Support Expert PMP Certified Quality Engineer IATERIALS SUPPORT TEAM ENGINEER SUPPORT TEAM TECHNICAL TEAM Charles WaslWasf Maje,�zn Dlaz Rujgj(ylaGarcia OEM Coordinator Software Integrator III JR Project Manager Andrew Hernandez Field Engineer II Phillip Rhoads Warehouse Tech 111 Bench Test Tech ill Technician Ill The City of RosemeaQ CA r— — — — — — — — — 1 I ' 1 I 1 alit I FjshuCh FFisj I I Curt LfiCaneoa Drafter 111 Bench Test Tech 11 Technician 111 Nick Ellis Engineering Manager Cyber & Integrations Expert TECHNICAL TEAM ] JaJ;�ypn Jensgi JR Projeet Manager Kevin Ford —t Fiele Engineer II L Dom nick Antle��ipn Technician ill Technician 111 Line Management Staff Key Responsibilities For The Project 1 Mr. Qais Alkurdi Corporate Monitor - Systems and Contracts Management Subject Matter Expert 2 Mr. David Ditto PMP Certified Program Manager- Primary POCto City of Rosemead 3 Mr. Chuck Lewis PMP Certified Program Manager- Quality Control (QC) and Quality Assurance (QA) 4 Mr. Nick Ellis Engineering Manager -Systems Integrations, Cyber, and Systems Security 5 Mr. Rodney Rayle Support Services Manager- Provides Materials and Engineering Support 6 Mr. Charles West Field Engineer- Coordinates With All OEMs To Meet Project Milestones & Timelines 7 Mr. Jaime Jauregui Purchasing Tech- Procures All Materials To Meet The Project Schedule 8 Mr. Phillip Rhoads Warehouse Tech - Prepares and Ships All Tools, Materials, and Equipment 9 Ms. Lara Batiz Engineering Drafter- Provides All Technical Drawings, As-Builts, Documents 10 Mr. Martin Diaz Software Engineer - Provides All Software Engineering Support To The Project it Mr. Jason Jenson JR Project Manager- Supervises Technical Team 2 & Provides Customer Support 12 Mr. Kevin Ford Field Engineer - Ensures All Systems Installed Meet OEM Engineering Standards 13 Mr. Dominick Anderson Technician - Provides All Installations, Upgrades, and Maintenance Support 14 Mr. Joe Castle Technician - Provides All Installations, Upgrades, and Maintenance Support 15 Mr. Ruben Garcia JR Project Manager- Supervises Technical Team 1 & Provides Customer Support 16 Mr. Andrew Hernandez Field Engineer - Ensures All Systems Installed Meet OEM Engineering Standards 17 Mr. Fern Abundis Technician - Provides All Installations, Upgrades, and Maintenance Support [7TI Mr. Curt Canepa Technician - Provides All Installations, Upgrades, and Maintenance Support 18 1 Page HQE SYSTEMS, INC. i A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. ,� Access Control and Camera System Maintenance Rosemead, CA 5.4 Credentials Of HQE's Dedicated Electronic Security Systems (ESS) Team Note: Above experience is assessed by HQE's management team for proficiency and understanding. 19 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Experience To Enable Project Success Clais Alkurdi. David Ditto Charles Lewis Nick Charles Ellis West Kevin Ford Andy Hem. Fern Abundis Joe Castle Ruben Garcia Curtis Canepa Jailen Bailey Matt Kragen' 1 Military Veteran X X X X X X X X X 2 ACS Expert x X X % X X X X X X X 3 Formal Education X % X X x % X X X X X X 4 Project Management X x % X X x % x X x % x 5 Microsoft Office Suite X X x X X X X % I X X x X I X 6 ACS Full Systems Design x X x % % X X x X X 7 ACS Installation X X X X X X X X x X X 8 ACS Maintenance x X X X X x X % X X X 9 ACS Modifications X X X X X X X X % X X X x 10 ACS Programming X x % X x % X X X % X X 11 ACS Troubleshooting X X % X X X x % X X % 12 Analog Systems Upgrades x X x X X X % x x X 13 Digital Systems Scaling % I % I X x % X % X X x 14 Networked Security X % x X X % X X x X X X 15 Modernized IP Systems X X X X X % X X X I x X X X 16 Fiber Optics Cabling x X X X x % X x X X X x X 17 CAT Cabling / POE X X % X X x X X X X X % X 18 Media Cards/Switches % X x X X X x X X X X x % 19 Security Plus Software X % X X X X X X X X X X 20 Network Servers X % X X % X X X X X X X X 21 SAP Certified Technology X X X X X X % X X X % X % Note: Above experience is assessed by HQE's management team for proficiency and understanding. 19 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance " Rosemead, CA 6. Key Past Performance (Last 3 Years) Over the past three years, HOE has designed, implemented, and handed over numerous global projects. Our success has been built on our capabilities to be of value to our clients by providing the needed service at the right phase of the client's requirements. From small to major projects, HQE has participated in every phase of the requirements lifestyle. The below graphic depicts projects for which HQE was directly responsible for completing the project. In the past 3 years, HQE has deployed multiple teams worldwide to earn a 5 -star customer service rating in the Department of Defense's performance rating. 6• General Consulting: Providing subject matter expertise to conduct gap analysis and design a partial or complete solution requirement that can be utilized to purchase a solution. Project Management: Providing oversight and operations management services to oversee a specified project. Installation & Upgrades: Providing hardware, software, and integration services for new capabilities. When requested, upgrade the current legacy system in place. Maintenance & Sustainment: Providing scheduled preventative and corrective maintenance. To include on-call service support for systems in place. Full Turn -Key Projects: Providing full-service support from start to finish of single or multiple projects. HQE's value to the client is that with our in-house design, engineering, installation, and software team, we can accomplish any size and scope project required by our clients. vl. FAYETTE COUNTY •7� PUBLIC SCHOOLS University of Hawaii J,r III it ®TS/'14WAR Children's Hospital LOS ANGEt.ES- ' �Bf,A u�a•w�.a�.,,..w. n.n a�'.iai.nc • ���a�te�-\,���` p _'L�i-v San Pasyual ,,,.c .. BanJ OI 1iO'"�•. �. USDA AcDOIlia earth /R�TOF A4� _ Health 1liCOMN w.�„°a�„�n�TM.,, TAM Note: All product names, logos, and brands are property of their respective c,.. used In this proposal are for identification purposes only. Use of these names, lop.. 20 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Q Rosemead, CA 6.1 Successful Relevant Projects For Reference 211 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Past Performance Contract Details Past Performance Contract General Project Description Client Name San Pasqual :• Proiect Background: > The Indian Nation of San Pasqual required a complete upgrade, installation, and long-term maintenance of the Organization Police Department Industry Local Government Access Control System and CCN complete system and other life safety equipment. S The complexities of the oro)ect were: > Remote installation and maintenance sites n Over 20+ existing systems in sensitive facility Location(s) Valley Center, CA System Purchased Electronic Security Systems Mass Notification Systems Contract # Multiple Contracts > Limited work hour access due to nature of the facility 1 Contract Value $250,000+(on going) ❖ The Final Solution Provided: Integrated CCN system that was centralized for the law Contract Period Sept 2020 - Ongoing enforcement department to manage > Scheduled maintenance service for CCN system(exterior Contract Value $4,805,496+ and interior) Contract Period June 2018- Present > Provided early warning sirens and access control systems > Provided ESS endpoints to ensure site security 4 Value Of HOE's Final Installed Solution: ❖ Value Of HOE'S Final Installed Solution: > Saved the Nation estimated $75K for the upgraded > Provided a solution that did not require a complete system replacement solution. HOE's solution fully integrated > Saved the Nation estimated $30K+ for the 3 years of modern capabilities with the existing legacy cameras. CCN maintenance to be services Saved the Marine Corps $450K in upgrade costs > Increased reliability of the CCN system from HCE's > Provided a single emergency management portal for all of technical experts managing the system 211 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Past Performance Contract Details Past Performance Contract General Project Description Client Name U.S. Navy & Marine Corps ❖ Proiect Background: > The U.S. Marine Corps required installation and maintenance of Electronic Security Systems to be organization Federal Government / DoD Industry Defense & Aerospace upgraded from the legacy cameras currently on all of the military bases (worldwide). ` The complexities of the oroiect were: Location(s) U.S. Marine Corps Military Bases • U.S. Bases • Overseas Bases > Integrate Electronic Security System into complex military communication and security IT infrastructure > Installing ESS endpoints and Giant Voice into sensitive military sites that required detailed planning with System Purchased lElectronic Security Systems I Mass Notification Systems Contract# Multiple Contracts 2 multiple stakeholders The Final Solution Provided: > Modern Electronic Security for command and control of Contract Value $4,805,496+ each Marine Corps Base > Upgraded Giant Voice in multiple sites Contract Period June 2018- Present > Provided ESS endpoints to ensure site security ❖ Value Of HOE'S Final Installed Solution: > Provided a solution that did not require a complete replacement solution. HOE's solution fully integrated modern capabilities with the existing legacy cameras. Saved the Marine Corps $450K in upgrade costs > Provided a single emergency management portal for all of the previously stove -piped legacy safety systems 211 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Rosemead, CA 22 ) Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Past Performance Contract Details Past Performance Contract General Project Description Client Name U.S. Air Force ❖ Proiect Backeround: > U.S. Air Force required modern CCN systems and Intrusion Detection systems on multiple installation sites Organization Federal Government / DoD Industry Defense & Aerospace that would alleviate the continuous maintenance issues Industry with the existing legacy IDS/ACS/CCN system. Location(s) 20+ U.S. Air Force Military + The complexities of the project were: Bases S The complexities of the oroiect were: • U.S. Bases • Overseas Bases % Required HOE to integrate the modern CCN system system, and Intrusion Detection system into the degraded System Purchased Electronic Security Systems Mass Notification Systems legacy IDS/ACS/CCN system without any support from System Purchased Electronic Security Systems Mass Notification Systems Contract u the existing legacy IDS/ACS/CCN system n Required to install into highly sensitive CCN system Contract N NETCENTS II Multiple Award 3 cameras, and Intrusion Detection system connected to 4 B• The Final Solution Provided: (MAC) strategic Air Force defense systems Contract Value $2,836,437 (on going) Contract ` The Final Solution Provided: > Integrated the modern sirens in with the legacy sirens Contract Period Sept 2017- Present > Installed IDS/ACS/CCN systems, and Intrusion Detection Systems in the Air Force operations centers and for the Access Control, and Indoor/Outdoor Notifications Security Forces for installation security > Indoor SMART Notification Systems to include: Digital ••r Value Of HOE's Final Installed Solution: Alerts, Digital Panels, P.A. Systems > Reduced the overall maintenance requirements on the ❖ Value Of HQE's Final Installed Solution: end-users with the modernized CCN system, and > Supported the County in providing a solution that was Intrusion Detection system that has a higher reliability rate accepted for the Grant Funding that required significant > Saved the U.S. Air Force $300K+ overall in upfront and technical requirements which saved the County over long term sustainment costs 22 ) Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Past Performance Contract Details Past Performance Contract General Project Description Client Name Fayette County ❖ Proiect Background: > The County organization required an comprehensive Organization County Government Org. emergency alerting & security (electronic, indoor, and Industry Public Education outdoor) solution to replace the legacy systems + The complexities of the project were: Location(s) Fayette County, KY > An electronic security system to cover over 150K System Purchased Electronic Security Systems Mass Notification Systems residents, staff, and support staff > Over 78 major facilities required a complete new system Contract u Multiple Contracts to be installed which required to be fully integrated Contract $640,000+ 4 B• The Final Solution Provided: Value > Electronic Safety & Security Command and Control Contract Sept 2020- Present System that is fully integrated with Intrusion Detection, Period Access Control, and Indoor/Outdoor Notifications > Indoor SMART Notification Systems to include: Digital Alerts, Digital Panels, P.A. Systems ❖ Value Of HQE's Final Installed Solution: > Supported the County in providing a solution that was accepted for the Grant Funding that required significant technical requirements which saved the County over $300K 22 ) Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Rosemead, CA Note: The information above identified as value is assumed perceived value by the proposer. For multiple contracts, all details, budgets, and timelines are aggregated and may have multiple POCs even if only a single POC is identified. 23 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Past Performance Contract Details Past Performance Contract General Project Description Client Name Port of Tacoma ❖ PrOiect Background: ➢ The Port of Tacoma required longterm installations, upgrade, and maintenance for the integrated security Organization Municipal Corporation p Industry Seaport/Transportation systems (Access Control, CCN, and Intrusion Detection) •S The complexities of the oroiect were: Location(s) Tacoma, Washington • Specs Ops unit • Air Ops Unit • Base HQ unit • Security Forces Unit Working near sensitive sites (seaport operations, sea System Purchased Integrated Electronic Security System vession lines, cargo depots, and other major seaport transit sensitive sites) n Working with legacy equipment and modern solutions Contract # Multiple Open Bid 5 integrated together for the base security system Contract $300K+ Ongoing Contract Value Value a The Final Solution Provided: Contract Period Sept 2020- Present n Long term 5 year systems T&M Service support > Scheduled preventative maintenance of security systems > On -demand corrective maintenance support 4 Value Of HQE's Final Installed Solution: > Saved the Port of Tacoma estimated $150K for long term maintenance support > Provided the Port of Tacoma the capabilities for the end-user to have a real-time operational status of the system being maintained by HOE Note: The information above identified as value is assumed perceived value by the proposer. For multiple contracts, all details, budgets, and timelines are aggregated and may have multiple POCs even if only a single POC is identified. 23 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Past Performance Contract Details Past Performance Contract General Project Description Client Name U.S. Air Force •;• Protect Background: > U.S. Air Force required the upgrade and installation of modern Access Control, and Intrusion Detection Systems Organization Federal Government / DoD Industry Defense & Aerospace on multiple security/operations and sensitive compartmentalized information facilities. Location(s) Hurlburt Field, Florida • Specs Ops unit • Air Ops Unit • Base HQ unit • Security Forces Unit 44 The complexities of the oroiect were: > Required HQE to integrate the modern Honeywell Vindicator ACS and IDS solutions into the degraded legacy ACS and IDS system without any support from the existing legacy OEMs. system Purchased Electronic Security Systems 6 > Required to install into highly sensitive strategic Air Force security, and operations systems b The Final Solution Provided: Contract #defense, Multiple Contracts Contract Value $550,000+ > Integrated the modern sirens in with the legacy sirens > Full turnkey solution to include design, installation, testing, Contract Period Sept 2021- Ongoing and training solution for the complex ACS and IDS systems. e Value Of HQE's Final Installed Solution: > Reduced the overall maintenance requirements on the end-users with the modernized access control and Intrusion Detection system that has a higher reliability rate > Saved the U.S. Air Force $250K+ overall in upfront and long-term sustainment costs Note: The information above identified as value is assumed perceived value by the proposer. For multiple contracts, all details, budgets, and timelines are aggregated and may have multiple POCs even if only a single POC is identified. 23 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. I. Access Control and Camera System Maintenance �M�. Ne_ Rosemead, CA End of Proposal "it is our goal at HQE to continue to serve our veterans through our 'Hire veterans Policy HQE-2015-2025: We appreciate all of our current and past customers who have helped us meet our goals of hiring veterans throughout the years. Your support in HQE is directly impacting the support of our amazing veterans. Thank you for your consideration and support of Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE), and Service Disabled veteran Owned Small Business (SDVOSB)!." Thank You from the team of HQE Systems Inc. CEO, Disabled Veteran / Retired 24 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Nc Access Control and Camera System Maintenance Rosemead, CA ATTACHMENT 1: DETAILED COMPLIANCE MATRIX City of Rosemead Access Control and Camera System Upgrade (SOLICITATION: 2022-25) Due Date: 29 September 2022 Proposal Prepared For: City of Rosemead 838 E. Valley Boulevard Rosemead, CA 91770 POC: Michael Bruckner Title: Assistant City Manager Email: mbrucknerPcitvofrosemead.ore Title: Tel: (626) 569-2106 Email: 1 SWOS . PIItS"f . .= Proposal Approved By: HQE Systems Inc. 27419 Via Industria Temecula, CA 92590 POC: Mr. C1ais Alkurdi Title: Chief Executive Officer Email: Contractsna HQESvstems.com Tel: (800) 967-3036 X1102 This proposal contains trade secret and confidential business or financial information exempt from disclosure under the Freedom of Information Act. This proposal includes data that shall not be disclosed outside the Goveinment and shall not be duplicated, used, or disclosed—in whole or in part—for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of—or in connection with—the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in this proposal and all attachments. Ail product names, logos, and brands are the property of their respective owners. All company, product, and service names used in this proposal are for identification purposes only. Use of these names, logos, and brands does not imply endorsement. 25 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Rosemead, CA 26 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contoined on this sheet is subject to the restriction on the title page of this proposal. Client Specifications From RFP HQE's Proposed # Reference HQE's Proposed Solution Response Solution 1 PWS - 1 Contractor is requested to provide a separate proposal for ongoing maintenance of Fully Compliant the ACCS, if applicable to the Contractor work, that will be awarded separately from the installation of the ACCS. The contractor is requested to provide a separate proposal for ongoing maintenance that includes the following services: 2 PWS - la Visually inspect all major components (including cabling and connections where Fully Compliant accessible) for signs of deterioration or damage and rectify as necessary on-call as needed. HQE's Response HQE's certified technicians will regularly inspect all major components for visual damage and signs of deterioration. They will replace and rectify as necessary on call as needed. 3 PWS- lb Customer Support: Twenty-four (24) -hours a day, 365 days a year, support from Fully Compliant both engineers and technicians. HQE's Response HQE will provide the City of Rosemead with a robust timely customer service support service to ensure the highest level of support is provided and the system is at the highest operational readiness levels. The customer will be able to call the dedicated customer support team via the toll-free number 24/7. 4 PWS- Sc Contractor shall perform complete maintenance of mechanical components, digital Fully Compliant Network controls/components, design, installation, and maintenance of security alarms, access controls, intercom systems, monitoring and camera systems and all associated appurtenances for all facilities locations. HQE's Response HQE's qualified maintenance team will always perform complete maintenance of mechanical components, digital Network components, design, installation, and maintenance of security alarms, access controls, intercom systems, monitoring and camera systems, and all associated appurtenances for all facilities locations. 5 PWS - Id Contractor shall always maintain all equipment in good working order. Contractor Fully Compliant shall assure that all equipment is maintained in a satisfactory condition and capable of providing the designed service with required system performance and reliability. HQE's Response HQE's technicians will ensure to maintain all equipment to manufacturers' requirements and in a satisfactory condition as required. 6 PWS- le Contractor shall, during the service Contract, advise and assist in the design of Fully Compliant systems for City Facilities as needed and as determined by the City representative. HQE's Response HQE will adhere to the City of Rosemead's representative's determinations. 7 PWS - If Contractor is responsible to provide any additional material or labor necessary to Fully Compliant make the access controls camera systems installation complete and operable, upon approval by the City representative. HQE's Response If necessary, HQE's certified technicians will provide additional material and labor to maintain a fully operational system with approval from the City's representative. 26 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contoined on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Rosemead, CA ATTACHMENT 2: RESUMES & COMPANY CERTIFICATION The City of Rosemead Access Control and Camera System Upgrade (SOLICITATION: 2022-25) Due Date: 29 September 2022 Proposal Prepared For: City of Rosemead 838 E. Valley Boulevard Rosemead, CA 91770 POC: Michael Bruckner Title: Assistant City Manager Email: mbruckner(a) itvofros m ad or Tel: (626) 569-2106 FIRS"I.�i sptios6 Proposal Approved By: HOE Systems Inc. 27419 Via Industria Temecula, CA 92590 POC: Mr. Qais Alkurdi Title: Chief Executive Officer Email: Contracts fa7HOESystems.com Tel: (800) 967-3036 X1102 This proposal contains trade secret and confidential business or financial information exempt from disclosure under the freedom of Information Act. This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed—in whole or in part—for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of—or in connection with—the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in this proposal and all attachments. All product names, logos, and brands are the property of their respective owners. All company, product, and service names used in this proposal are for identification purposes only. Use of these names, logos, and brands does not imply endorsement. 27 1 Page HIDE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSS) use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. H�G Access Control and Camera System Maintenance Rosemead, CA Resumes • PROJECT ASSIGNED ROLE - CORPORATE MONrrOR HQE $vsrEMs, INC -MANAGEMENT TEAM Executive leader for managing the overall project to ensure the project is executed to the specified standards. Significant Accomplishments: Mr. Alkurdi has 17+ years of direct experience managing complex Integrated Electronic Security Systems (ACS, CCN, IDS) and Software Engineering (artificial intelligence, deep machine learning, systems software) projects. He has personally managed organizations in the engineering, analysis, implementation, sustainment, and operational use of life safety systems. TOP SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2016—Present: Chief Executive Officer / Corporate Monitor Mr. Alkurdi is responsible for supervising and setting the trajectory of the enterprise software development company by developing objectives, leading and motivating employees, and overseeing all business activities to ensure they align with the overall strategy and mission of the company. Mr. Alkurdi served as the Electronic Security Systems (ESS) Subject Matter Expert overseeing the design, implementation, and maintenance of the Government's Electronic Security Systems and Mass Notification Systems comprising thousands of Video Surveillance, Intrusion Detection, Access Control, Outdoor Sirens, Indoor Public Address Systems, dozens of System Controllers, and hundreds of miles of outdoor audio coverage. Mr. Alkurdi served in many roles enabling him to successfully monitor all projects for HQE. DAVID DITTO • • PROJECr ASSIGNED ROLE - PROGRAM MANAGER HQE $VS'rE AS, INC - MANAGEMENT TEAM Project leader for managing projects design, installation, maintenance, and integration of Electronic Security, Systems Integration, and Software Engineering for clients worldwide. Significant Accomplishments: As a certified PMP, Mr. Ditto has 14+ years of direct experience managing complex Electronic Security & Outdoor Weather Siren projects. As a Program Manager, Mr. Ditto has personally supervised over 10+ major contracts with a cumulative value of $SO Million in the past 5 years. TOP SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HOE Systems, Inc. 2022—Present: Program Manager Mr. Ditto is a proven leader and critical thinker who has demonstrated excellent program management, project management, and systems engineering skills during professional experiences in multiple industries. Resourceful problem solver with the ability to identify complete solutions by using proven engineering strategies and working effectively with project teams. Task -oriented and has shown the capability to lead professional engineering teams to complete high-priority tasks within limited schedule and budget requirements. 28 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. i Access Control and Camera System Maintenance —_ =M=. • Rosemead, CA CHARLES LEWIS - MILITARY VETERAN (HONORABLE SERVICE - Comm. PROJECT ASSIGNED ROLE - PROGRAM MANAGER HQE SYSTEMS, INC - MANAGEMENT TEAM Project leader for managing projects design, installation, maintenance, and integration of Electronic Security, Systems Integration, and Software Engineering for clients worldwide. Significant Accomplishments: As a certified PMP, Mr. Lewis has 27+ years of direct experience managing complex Communications, Electronic Security, and Outdoor Warning Siren projects. As a Program Manager, Mr. Lewis has personally supervised over 10+ major contracts with a cumulative value of $30 Million in the past 5 years. TOP SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2022—Present: Program Manager Oversee daily operations of the Installation Division and staff. Collaborate with internal stakeholders on requests for proposals (RFPs), estimates, change orders, the scope of work, project milestones, and life cycle management. Develop and implement policies and standard operating procedures (SOP). Support and train junior project managers and supervisors to review milestones, ensure proper utilization of resources, monitor quality, and manage schedules. Collaborate with Business Development staff and utilize a professional network to ensure potential opportunities are captured. Conduct site visits for surveys and quality control. Nick Ellis - MILITARY VETERAN (HONORABLE SERVICE - Comm. PROJECT ASSIGNED ROLE - LEAD PROJECT MANAGER HQE SYSTEMS, INC - MANAGEMENT TEAM - SENIOR PM Provides the detailed oversight of the schedule, technical staff, and deployment of the Electronic Security Systems, Systems Integrations, and Software Engineering services. " Significant Achievements: Mr. Ellis has over 13+ years of experience in Electronic Security ` Systems (CCN, ACS, & IDS). Mr. Ellis has managed the entire United States Marine Corps' ESS program for the West Coast. Additionally, Mr. Ellis holds over 12 years of project management experience leading multiple teams to complete strategic value major Electronic Security Systems projects for all levels of the Government. TOP SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2018—Present: Lead Project Manager Mr. Ellis is responsible for the design, implementation, and maintenance management of all Electronic Security Systems & Mass Notification Systems Implemented by HOE Systems. Mr. Ellis leads a team of 10 technicians to provide dedicated Electronic Security Systems installations. Additionally, Mr. Ellis oversees an integral part of the Navy Sustainment program and the Marine Corps Electronics Security Systems program. His duties included supporting the Space and Naval Warfare (SPAWAR) division by working with the military Physical Security and the Provost Marshal's Office (PMO) to coordinate and prepare Statements of Work (SOW) for future contracts. 29 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Rosemead, CA 30 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Charles West -MILITARY VETERAN • •FORCES) PROJECT ASSIGNED ROLE - SUPPLIER MANAGEMENT HQE SYSTEMS, INC - SENIOR FIELD ENGINEER / Engineering Quality Control and Quality Assurance. Provides CAD Engineering services ®Provides when required. Manages supply throughput and provides liaison support to the OEM. Significant Accomplishments: Mr. West has 5+ years of direct experience in field ,.. engineering, CAD engineering, and project management. Mr. West was personally involved and was a leader in major Electronic Security Systems (CCN, ACS, and IDS) systems design, upgrade, and maintenance for the United States Marine Corps. With over 1,000+ endpoints, Mr. West successfully performed the duties of the field engineer to ensure all SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD equipment, labor, and systems testing were delivered, executed, and turned over to the Mr. Ford performs various duties in support of ESS projects for the Department of Defense. Mr. Ford has Government on time and as directed. TOP SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2019—Present: Field Engineer Mr. West is responsible for supervising and leading installation teams in the performance of the current installation or maintenance contract. Mr. West also acts as the direct liaison to the customer during all periods of performance to facilitate communications and deconflict and mitigate any questions or issues that may arise. As a primary liaison between HQE and the OEM, Mr. West ensures that all hardware and software required for the project are available, up-to-date, and prepared for the project. Mr. West is also the Computer -Aided Design (CAD) specialist for HQE and supports the design and development process for all ESS installs. 30 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Kevin • • • ••NETWORK PROJEcr AssIGNED ROLE - LEAD FIELD ENGINEER HQE SYSTEMS, INC - MANAGEMENT TEAM - FIELD ENGINEER / the detailed oversight of the schedule, technical staff, and deployment of the ®Provides Electronic Security Systems, Systems Integrations, and Software Engineering services. Significant Achievements: Mr. Ford has over 10 years of Electronic Security Systems (ESS) Technologies integration experience. Additionally, Mr. Ford has over 14 years of project management experience leading multiple teams to complete strategic Department of Defense (USMC, USN, USAF) projects. SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2018—Present: Lead Project Manager Mr. Ford performs various duties in support of ESS projects for the Department of Defense. Mr. Ford has comprehensive experience reading blueprints, wiring diagrams, schematic drawings, and engineering instructions to assist the Lead Technician with project planning and implementation. In addition to these duties, Mr. Ford performs testing and diagnostic analysis of ESS equipment for operational capability and functionality for new and existing installations. He is responsible for creating reports and recording data compiled from multiple testing techniques. Mr. Ford uses this testing and diagnostics experience for existing installations to identify and correct faults while troubleshooting ESS equipment. His ESS area of expertise includes working with Honeywell and DMP Bosch Alarm Panels, Pelco Cameras, Vindicator Command and Control Systems, VICADS Closed Circuit Cameras, Lift Master Sliding Gates, Delta Gates Turnstiles, Vindicator Fence Line IDS, AMAG IDS, etc. 30 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Rosemead, CA Andrew Hernandez• PROJECT ASSIGNED ROLE - LEAD TECHNICIAN HQE SYSTEMS, INC - TECHNICIAN TEAM I Lead Technician supervises the technical team and is the first line of supervision for the project. Ensures that all solutions are properly bench -tested, prepared for shipment, installed on-site, and provided test, turnover, and training to the client. Significant Accomplishments: Mr. Hernandez has 8+ years of direct experience working on designing, installing, maintaining, and integrating Electronic Security Systems (ACS, CCN, IDS). Mr. Hernandez has successfully managed multiple ESS projects. SECRET CLEARANCE PENDING, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2017—Present: Lead Installation Technician Mr. Hernandez performs a wide variety of duties in support of MCS and ESS projects. Mr. Hernandez is responsible for reading blueprints, wiring diagrams, schematic drawings, and engineering instructions to assist the Project Manager with project planning and implementation. In addition to these duties, Mr. Hernandez performs testing and diagnostic analysis of ESS & MCS equipment for operational capability and functionality for new and existing installations. He is responsible for ensuring all infrastructure for ESS & MCS was installed properly. This included mounting exterior and interior conduits for cable pathways, mounting exterior and interior speakers, penetrating exterior, and interior walls for cable pathways, etc. Part of his infrastructure duties is to ensure proper power was applied to all systems. 311 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. FERNANDO ' • ••Comm., PROJECT ASSIGNED ROLE - TECHNICIAN HQE SYSTEMS, INC - TECHNICIAN TEAM Expert Technician that will conduct bench -tests, preparation of supplies/materials, properly installing the solution. To include post -project testing of the solution, training to CM the clients, and other on -the -ground project requirements. +► Significant Accomplishments: Mr. Abundis has 5+ years of direct experience working on designing, installing, maintaining, and integrating ACS, IDS, and Outdoor Weather Sirens. Recently Mr. Abundis completed an 18 Outdoor Weather Sirens installation in Fairbanks, Alaska. SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2017 -Present: installation Technician Mr. Abundis is an experienced installation technician with a wide variety of skills. Mr. Abundis ensures ESS & MCS installation daily tasks are completed efficiently and effectively with little guidance from the Lead Technician. He is responsible for assuring all ESS & MCS infrastructure for a project is installed according to customer specifications. This includes mounting conduit pathways for cabling, terminating cables at their respective components, testing and op -checking functionality of ESS & MCS equipment, replacing faulty equipment as identified, etc. Mr. Abundis has key experience installing ACS & IDS Systems and has completed dozens of ESS installations worldwide. 311 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Rosemead, CA 32 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. •E CASTLE - COMMUNITY VOLUNTEER(HOMELESS PROJECT ASSIGNED ROLE - TECHNICIAN HQE SYSTEMS, INC - TECHNICIAN TEAM + Expert Technician that will conduct bench -tests, preparation of supplies/materials, properly installing the solution. To include post -project testing of the solution, training to the clients, and other on -the -ground project requirements. „. Significant Accomplishments: Mr. Castle has 10+ years of direct experience working on designing, installing, maintaining, and integrating Mass Notification Systems (Outdoor Warning Sirens, Indoor Notifications, and Electronic Notification Software). Mr. Castle has personally installed over 500+ MCS endpoints. Languages: English, Spanish, Korean(Fluent written & oral) CLEARANCE SUBMITTED, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2021 -Present: Installation & Maintenance Technician Mr. Castle is an experienced installation technician with a wide variety of skills. Mr. Castle ensures MCS installation daily tasks are completed efficiently and effectively with little guidance from the Lead Technician. He is responsible for assuring all MCS infrastructure for a project is installed according to customer specifications. This includes mounting conduit pathways for cabling, terminating cables at their respective components, testing and op -checking functionality of MCS equipment, replacing faulty equipment as identified, etc. Mr. Castle has key experience installing Mass Notification Systems (Outdoor Warning Sirens, Indoor Notifications, and Electronic Notification Software) and has completed dozens of MCS installations worldwide. 32 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. JAIME JAUREGUI - MILITARY VETERAN • ••Comm. PROJECT ASSIGNED ROLE - TECHNICIAN HQE SYSTEMS, INC - TECHNICIAN TEAM + Expert Technician that will conduct bench -tests, preparation of supplies/materials, properly installing the solution. To include post -project testing of the solution, training to the clients, and other on -the -ground project requirements. Significant Accomplishments: Mr. Jauregui has 13+ years of direct experience working on designing, installing, maintaining, and integrating Mass Notification Systems (Outdoor Warning Sirens, Indoor Notifications, and Electronic Notification Software). Mr. Jauregui - _ has personally installed over 1,500+ MCS endpoints. Languages: English, Spanish (Fluent written & oral) SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2021 -Present: Installation & Maintenance Technician Mr. lauregui is an experienced installation technician with a wide variety of skills. Mr. Jauregui ensures MCS installation daily tasks are completed efficiently and effectively with little guidance from the Lead Technician. He is responsible for assuring all MCS infrastructure for a project is installed according to customer specifications. This includes mounting conduit pathways for cabling, terminating cables at their respective components, testing and op -checking functionality of MCS equipment, replacing faulty equipment as identified, etc. Mr. Jauregui has key experience installing Mass Notification Systems (Outdoor Warning Sirens, Indoor Notifications, and Electronic Notification Software) and has completed dozens of MCS installations worldwide. 32 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Rosemead, CA VOLUNTEER PROJECT AssIGNED ROLE - TECHNICIAN HQE SYSTEMS, INC - TECHNICIAN TEAM Expert Technician that will conduct bench -tests, preparation of supplies/materials, and properly install the solution. To include post -project testing of the solution, training to the clients, and other on -the -ground project requirements. Significant Accomplishments: Mr. Canepa has 5+ years of direct experience working on designing, installing, maintaining, and integrating Mass Notification Systems (Outdoor Warning Sirens, Indoor Notifications, and Electronic Notification Software). Mr. Canepa has personally installed over 300+ endpoints. CLEARANCE SUBMITTED, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2020—Present: Installation & Maintenance Technician Mr. Canepa is an experienced installation technician with a wide variety of skills. Mr. Canepa ensures MNS installation daily tasks are completed efficiently and effectively with little guidance from the Lead Technician. He is responsible for assuring all MNS infrastructure for a project is installed according to customer specifications. This includes mounting conduit pathways for cabling, terminating cables at their respective components, testing and op -checking functionality of MCS equipment, replacing faulty equipment as identified, etc. Mr. Canepa has key experience installing Mass Notification Systems (Outdoor Warning Sirens, Indoor Notifications, and Electronic Notification Software)and has successfully completed dozens of MNS installations worldwide. 33 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. • •Comm. PROJECT ASSIGNED ROLE - TECHNICIAN HQE SYSTEMS, INC - TECHNICIAN TEAM Expert Technician that will conduct bench -tests, preparation of supplies/materials, R properly installing the solution. To include post -project testing of the solution, training to 4 the clients, and other on -the -ground project requirements. Significant Accomplishments: Mr. Garcia has 10+ years of direct experience working on designing, installing, maintaining, and integrating Mass Notification Systems (Outdoor Warning Sirens, Indoor Notifications, and Electronic Notification Software). Mr. Garcia has personally installed over 1,100+ MCS endpoints. Languages: English, Spanish (Fluent written & oral) SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2021 -Present: Installation & Maintenance Technician Mr. Garcia is an experienced installation technician with a wide variety of skills. Mr. Garcia ensures MCS installation daily tasks are completed efficiently and effectively with little guidance from the Lead Technician. He is responsible for assuring all MCS infrastructure for a project is installed according to customer specifications. This includes mounting conduit pathways for cabling, terminating cables at their respective components, testing and op -checking functionality of MCS equipment, replacing faulty equipment as identified, etc. Mr. Garcia has key experience installing Mass Notification Systems (Outdoor Warning Sirens, Indoor Notifications, and Electronic Notification Software) and has completed dozens of MCS installations worldwide. VOLUNTEER PROJECT AssIGNED ROLE - TECHNICIAN HQE SYSTEMS, INC - TECHNICIAN TEAM Expert Technician that will conduct bench -tests, preparation of supplies/materials, and properly install the solution. To include post -project testing of the solution, training to the clients, and other on -the -ground project requirements. Significant Accomplishments: Mr. Canepa has 5+ years of direct experience working on designing, installing, maintaining, and integrating Mass Notification Systems (Outdoor Warning Sirens, Indoor Notifications, and Electronic Notification Software). Mr. Canepa has personally installed over 300+ endpoints. CLEARANCE SUBMITTED, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2020—Present: Installation & Maintenance Technician Mr. Canepa is an experienced installation technician with a wide variety of skills. Mr. Canepa ensures MNS installation daily tasks are completed efficiently and effectively with little guidance from the Lead Technician. He is responsible for assuring all MNS infrastructure for a project is installed according to customer specifications. This includes mounting conduit pathways for cabling, terminating cables at their respective components, testing and op -checking functionality of MCS equipment, replacing faulty equipment as identified, etc. Mr. Canepa has key experience installing Mass Notification Systems (Outdoor Warning Sirens, Indoor Notifications, and Electronic Notification Software)and has successfully completed dozens of MNS installations worldwide. 33 1 Page HOE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. G Access Control and Camera System Maintenance Rosemead, CA VOLUNTEER PROJECT ASSIGNED ROLE - SOFTWARE ENGINEER HQE SYSTEMS, INC - SOFTWARE TEAM Software Engineer with experience in full stack development, systems engineering, systems programming, and other development engineering tasks for major projects. .r..r Significant Accomplishments: Mr. Kragen is an experienced full -stack software engineer that has over 7+ years of hands-on systems programming and cyber security experience working in high pace commercial environments. He has hands-on experience developing software and programs that are utilized by the Department of Homeland Security, and the Department of Defense. SECRET CLEARANCE SUBMITTED, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2021 -Present: Full Stack Software Engineer and Systems Test Engineer Mr. Kragen has designed and constructed a back -end API application to deliver data to React -Js front-end. Utilized Django's REST framework to allow full CRUD functionality with a PostgreSQL database. Personally designed our back -end testing structure, allowing maximal coverage during development. TDD using Pytest-Cov; Enabled continuous integration through CircleCl. Constructed various API endpoints using wireframes for a proposed front-end application. Aggregated data from 3 external APIs; MapQuest Geocode, MapQuest Route, and Open Weather Onecall. Leveraged Rails architecture to enforce API key authentication for all users. Achieved maximum testing coverage, including sad paths & edge cases. Designed a predictive forecast system to return destination -based weather reports up to 7 days in the future 34 ( Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. JAILEN BAILEY - MILITARY VETERAN • •SOFTWARE PROJECT ASSIGNED ROLE - SOFTWARE ENGINEER HQE SYSTEMS, INC - SOFTWARE TEAM Software Engineer with experience in full stack development, systems engineering, systems programming, and other development engineering tasks for major projects. Significant Accomplishments: Mr. Bailey is an experienced Government software engineer that has over 6+ years of hands-on systems programming and cyber security experience ALI working in TOP SECRET -SCI programs. His first assignment included working directly for the National Security Agency (NSA) for systems defense and cyber security initiatives. In addition, Mr. Bailey designed, monitored, and maintained Cyber Security systems for the U.S. Marine Corps intelligence units. TOP SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2021 -Present: Full Stack Program Developer and Engineer Mr. Bailey is experienced in conducting information system security research, testing, and analysis in order to correlate router configurations with logical network maps. Learned proper troubleshooting techniques for Windows systems and satellite communications equipment. Deployed high availability satellite communications infrastructure necessary for operational command and control. Set up server and administrator privileges and restrictions for users using Windows Server 2012. VOLUNTEER PROJECT ASSIGNED ROLE - SOFTWARE ENGINEER HQE SYSTEMS, INC - SOFTWARE TEAM Software Engineer with experience in full stack development, systems engineering, systems programming, and other development engineering tasks for major projects. .r..r Significant Accomplishments: Mr. Kragen is an experienced full -stack software engineer that has over 7+ years of hands-on systems programming and cyber security experience working in high pace commercial environments. He has hands-on experience developing software and programs that are utilized by the Department of Homeland Security, and the Department of Defense. SECRET CLEARANCE SUBMITTED, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2021 -Present: Full Stack Software Engineer and Systems Test Engineer Mr. Kragen has designed and constructed a back -end API application to deliver data to React -Js front-end. Utilized Django's REST framework to allow full CRUD functionality with a PostgreSQL database. Personally designed our back -end testing structure, allowing maximal coverage during development. TDD using Pytest-Cov; Enabled continuous integration through CircleCl. Constructed various API endpoints using wireframes for a proposed front-end application. Aggregated data from 3 external APIs; MapQuest Geocode, MapQuest Route, and Open Weather Onecall. Leveraged Rails architecture to enforce API key authentication for all users. Achieved maximum testing coverage, including sad paths & edge cases. Designed a predictive forecast system to return destination -based weather reports up to 7 days in the future 34 ( Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. H�G Access Control and Camera System Maintenance Rosemead, CA 35 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. (HONORABLEDesiree Carr - MILITARY VETERAN PO PROJECT ASSIGNED ROLE - CUSTOMER SUPPORT HQE SYSTEMS, INC - CUSTOMER SUPPORT TEAM Provides timely and professional customer and technical support to the clients. Significant Accomplishments: Mrs. Carr has 6+ years of direct experience in providing 24/7/365 customer support. As the lead customer support representative, Mrs. Carr has implemented a hassle -free customer support system that ensures all trouble tickets are resolved on time with the highest level of customer satisfaction. SECRET CLEARANCE, FULL BACKGROUND INVESTIGATION, ACTIVE CAC CARD HQE Systems, Inc. 2017—Present: Business Development Specialist/Customer Service Manager Mrs. Carr provided personable and knowledgeable IT support to customers with various hardware and software -related issues. Mrs. Carr provided in-depth technical support to clients at a Tier 2 level, solving 99.2% of issues without transferring to Tier 3 support. Mrs. Carr coordinated with Level 1 technical support specialists to take over calls outside their level of support and assist customers with more complex technical issues requiring a greater level of personalized care and in greater length. In some situations, Mrs. Carr escalated support desk tickets to Level 3 in the most crucial circumstances and after considerable time had been spent on a single ticket. Additionally, Mrs. Carr onboards and trains all incoming junior tech support specialists. 35 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Rosemead, CA Certification Type: Disabled Veteran / Small Business Business Enterprise Contractor's License #: 2001433 Expiration Date: 2023 [3422.9.36 AGI Supplier Profile 36 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. hinted wti 3,&Nl3] 9.3tl:61 AN To verify mo# mmmt ce,0flcagan sMYs gY ln: htbn,ilawwcalep«ure.cngw 7G5 Office of Small Business & DVBE Services Ce.ORcatian10:2003433 Email Address: lepl Buuneu Name: gals aBcunli`dhgesys[ems.com HQE Systems Inc. Buslmss Web Pap: DYir�e BusiMas As IDBA) Wme l: �.hgesyslems.com Burio.as phone Numbr: DYine Busimss As IDBAI NameY 800,9613036 BuaimssFu Number. Addnv. 42075Remineton Ave Bmim Types Suite 109 Service Temecula CA925W tartHkatbn Type stabs From To aveE Afmm..a 02An Q(21 011318023 581Nkml Appo 11/10/2021 111308023 St,mfanrcd! NEEP MR CERtIMUTION PROFILE UPDATED! ioaw�caiePmawe.ucw Q"F1PQ, fnail:O�HFI Pr..nfc G rnv GB OSM Main W mber 916-37519A0 lo] 3NSLreet I-eu0. Wes[ Sxrvmnm, G95605 36 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Access Control and Camera System Maintenance Rosemead, CA ATTACHMENT 3: LETTER OF REFERENCE The City of Rosemead Access Control and Camera System Upgrade (SOLICITATION: 2022-25) Due Date: 29 September 2022 Proposal Prepared For: City of Rosemead 838 E. Valley Boulevard Rosemead, CA 91770 POC: Michael Bruckner Title: Assistant City Manager Email: mbruckner(@citvofrosemead.org Tel: (626) 569-2106 %'ETS ' 1bJ r'IRSI.��� SDNOSBr Proposal Approved By: HQE Systems Inc. 27419 Via Industria Temecula. CA 92590 POC: Mr. Qais Alkurdi Title: Chief Executive Officer Email: Contracts(@HOESystems.com Tel: (800) 967-3036 X1102 This proposal contains trade secret and confidential business or financial information exempt from disclosure under the Freedom of Information Act. This proposal includes data that shall not be disclosed outside the Government and shall riot be duplicated, used, or disclosed—in whole or in part—for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of --or in connection with—the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in this proposal and all attachments. All product names, logos, and brands are the property of their respective owners. All company; product, and service names used in this proposal are for identification purposes only. Use of these names, logos, and brands does not imply endorsement. 37 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of dota contained on this sheet is subject to the restriction on the title poge of this proposal. Access Control and Camera System Maintenance Rosemead, CA From: Michael G. Campbell 492 SOTRSS Chief, FacilitylSecurity Operations Hurlburt Field FI, 32544 Subj: LETTER OF REFERENCE FOR SUCCESSFUL CONTRACT COMPLETION To Whom It May Concem, My name is Michael G. Campbell. I am the Chief of Facility/Security Operations for the 492nd Special Operations Training Support Squadron (SOTRSS) on Hurlburt Field FL As the point of contact for facility and security processes, 1 am responsible for coordinating and assisting in scoping requirements, overseeing vendor execution of the requirements, and ultimately ensuring the success of any Government contract within our facilities. Recently, I had the opportunity and privilege of providing Subject Matter Expert oversight daring installation of a major Intrusion Detection System (IDS) and Access control system contract for the 492 SOTRSS. After careful review and consideration of multiple submission offers from major corporations, the Hurlburt Field Contracting Office selected HQE, Systems, Inc. (HQE) as the installation contractor for this Electronic Security Systems project. During the selection process, it was noted that HQE's proposal was very thorough and their prices were ideal for our requirement. In addition, it was apparent that HQE had the capacity and capabilities to execute the project successfully. Based on the information submitted the procurement board felt confident that HQE could perform the tasks identified in the Perfmnance Work Specification (PWS). However, it was during the actual installation of the Electronic Security System (ESS)' solution that we recognized HQE is indeed a highly qualified vendor, specifically suited for this type of complex installation. Even when presented with unforeseen circumstances/ challenges their tears, went the extra mile to research and provide expert resolution to those problems. HQE met all agreed to timelines and executed the complex tasks above and beyond written requirements. From the end users perspective we were extremely satisfied with the teams' professionalism and delivered product, we look forward to working with HQE again in the future. Having vendors like HQE just makes things go smoother and every end user client is left above and beyond satisfied with the final solution and service provided by HQE- I enthusiastically recommend HQE m a prime vendor for any Government contract. If you have any questions, please feel free to contact me at 850 881-2367, or at michael.campbell.39(c �us-af mil Very Respectfully, Michael G. Campbell 492 SOTRSS Chief, FacdityiSecurity Operations Note- Detailed of ESS system installed is sanitized for purposes of security 38 1 Page HQE SYSTEMS, INC. I A Service -Disabled Veteran Owned Small Business (SDVOSB) Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Attachment C Construction Contract CONSTRUCTION CONTRACT ACCESS CONTROL AND CAMERA SYSTEM UPGRADE PROJECT (HQE SYSTEMS INC.) PARTIES AND DATE. This Agreement is made and entered into this 25th day of October, 2022 ("Effective Date") by and between the City of Rosemead, a municipal corporation of the State of California, located at 8838 E. Valley Blvd., Rosemead, California 91770, ("City") and HQE Systems, Inc, a corporation, with its principal place of business at 27419 Via Industria, Temecula, California 92590 (hereinafter referred to as "Contractor"). City and Contractor are sometimes individually referred to as 'Party" and collectively as 'Parties" in this Agreement. 2. RECITALS. 2.1 Contractor. Contractor desires to perform and assume responsibility for the provision of certain maintenance services required by the City on the terms and conditions set forth in this Agreement. Contractor represents that it is experienced in providing Access Control and Camera System installation services to public clients, that it and its employees or subcontractors have all necessary licenses and permits to perform the Services in the State of California, and that is familiar with the plans of City. 2.2 Project. City desires to engage Contractor to render such services for the Access Control and Camera System Upgrade Project ('Project') as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the Owner all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional Access Control and HQE Systems Inc. Page 2 of 19 Camera system installation services necessary for the Project ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from Effective Date shown above to June 30, 2023, unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this Agreement if necessary to complete the Services. 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Contractor on an independent contractor basis and not as an employee. Contractor retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services. Contractor shall perform the Services expeditiously, within the term of this Agreement, and in accordance with the Schedule of Services set forth in Exhibit "B" attached hereto and incorporated herein by reference. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule, City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 City's Representative. The City hereby designates Ben Kim, City Manager, or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. ►WJ HQE Systems Inc. Page 3 of 19 3.2.5 Contractor's Representative. Contractor hereby designates Qais Alkurdi, Chief Executive Officer, or his or her designee, to act as its representative for the performance of this Agreement ("Contractor's Representative"). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Agreement. The Contractor's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.6 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.7 Standard of Care; Performance of Employees. Contractor shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub -contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re-employed to perform any of the Services or to work on the Project. 3.2.8 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractorshall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. A-3 HQE Systems Inc. Page 4 of 19 3.2.9 Insurance. 3.2.9.1 Time for Compliance. Contractor shall maintain prior to the beginning of and for the direction of this Agreement insurance coverage as specified in Exhibit D attached to and part of this agreement. 3.2.10 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.2.11 Prevailing Wages. Contractor 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, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor 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 Contractor's principal place of business and at the project site. Contractor 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. 3.2.12 Bonds. 3.2.12.1 Performance Bond. If specifically requested by City in Exhibit "B" attached hereto and incorporated herein by reference, Contractor shall execute and provide to City concurrently with this Agreement a Performance Bond in the amount of the total, not -to -exceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.2 Payment Bond. If required by law or otherwise specifically requested by City in Exhibit "B" attached hereto and incorporated herein by M HQE Systems Inc. Page 5 of 19 reference, Contractor shall execute and provide to City concurrently with this Agreement a Payment Bond in the amount of the total, not -to -exceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.3 Bond Provisions. Should, in City's sole opinion, any bond become insufficient or any surety be found to be unsatisfactory, Contractor shall renew or replace the affected bond within 10 days of receiving notice from City. In the event the surety or Contractor intends to reduce or cancel any required bond, at least thirty (30) days prior written notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least ten (10) days prior to expiration of the original bonds. No further payments shall be deemed due or will be made under this Agreement until any replacement bonds required by this Section are accepted by the City. To the extent, if any, that the total compensation is increased in accordance with the Agreement, the Contractor shall, upon request of the City, cause the amount of the bonds to be increased accordingly and shall promptly deliver satisfactory evidence of such increase to the City. To the extent available, the bonds shall further provide that no change or alteration of the Agreement (including, without limitation, an increase in the total compensation, as referred to above), extensions of time, or modifications of the time, terms, or conditions of payment to the Contractor, will release the surety. If the Contractor fails to furnish any required bond, the City may terminate this Agreement for cause. 3.2.12.4 Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, shall be accepted. The surety must be a California -admitted surety with a current A.M. Best's rating no less than A:VIII and satisfactory to the City. If a California -admitted surety insurer issuing bonds does not meet these requirements, the insurerwill be considered qualified if it is in conformance with Section 995.660 of the California Code of Civil Procedure, and proof of such is provided to the City. 3.3 Fees and Payments. 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement at the rates set forth in Exhibit C attached hereto and incorporated herein by reference. The total compensation shall not exceed Four Hundred Thirteen Thousand Six Hundred Fifty -Three Dollars and Ninety -Two Cents ($413,653.92) without advance written approval of City's project manager. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. A-5 HQE Systems Inc. Page 6 of 19 3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Agreement, City may request that Contractor perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages. Contractor 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 16000, 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, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor 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 Contractor's principal place of business and at the project site. Contractor 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. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Contractorof such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon HQE Systems Inc. Page 7 of 19 termination, Contractor shall be compensated only for those services which have been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination. If this Agreement is terminated as provided herein, City may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONTRACTOR: HQE Systems, Inc. 27419 Via Industria Temecula, CA 92590 Attn: Qais Alkurdi, Chief Executive Officer CITY: City of Rosemead P.O. Box 399 Rosemead, CA 91770 Attn: Michael Bruckner, City Manager's Office Such notice shall be deemed made when personally delivered orwhen mailed, forty- eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the parry at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.4 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing parry in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.5 Indemnification. Contractor shall defend, indemnify and hold the City, A-7 HQE Systems Inc. Page 8 of 19 its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials officers, employees, agents or volunteers. 3.5.6 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.7 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.8 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.9 City's Right to Employ Other Contractors. City reserves right to employ other contractors in connection with this Project. 3.5.10 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties. 3.5.11 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.12 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Contractor include all personnel, M HQE Systems Inc. Page 9 of 19 employees, agents, and subcontractors of Contractor, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.13 Amendment; Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.14 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3.5.15 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.16 Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.17 Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.18 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff ortermination. Contractorshall also complywith all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.19 Labor Certification. By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake HQE Systems Inc. Page 10 of 19 self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.20 Authority to Enter Agreement. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.21 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. [signatures on next page] A-10 HQE Systems Inc. Page 11 of 19 CITY OF ROSEMEAD Ben Kim, City Manager Attest: Ericka Hernandez City Clerk Approved as to Form: Rachel Richman, City Attorney A-11 HQE Systems, Inc. By: L�L Name: Qais Alkurdi Title: CEO [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] By: Name: Desiree Carr Title: Secretary HQE Systems Inc. Page 12 of 19 EXHIBIT A SCOPE OF SERVICES Contractor shall furnish all labor, materials, equipment, tools, transportation, and services required to perform and complete the installation of the Access Control and Camera System Upgrade Project as specificied in HQE Systems Inc. Bid proposal (pg. 11-12) (Exhibit E) A-12 HQE Systems Inc. Page 13 of 19 W11MII lii-1 SCHEDULE OF SERVICES See Section 3.4 (pg. 9) of Attached HQE Systems Inc. Bid proposal (Exhibit E) B-13 HQE Systems Inc. Page 14 of 19 EXHIBIT C COMPENSATION The total compensation shall not exceed Four Hundred Thirteen Thousand Six Hundred Fifty -Three Dollars and Ninety -Two Cents ($413,653.92) without advance written approval from the City of Rosemead. [ONE] HQE Systems Inc. Page 15 of 19 EXHIBIT D INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance. Commercial General Liability Insurance: Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 combined single limit per accident. If Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Contractor or Contractor employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state -approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Contractor shall submit to Agency, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of Agency, its officers, agents, employees and volunteers. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason; D-15 HQE Systems Inc. Page 16 of 19 • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall "follow form" to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Contractor and "Covered Professional Services' as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Requirements not limiting: Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the Agency requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Agency. Acceptable insurers: All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the Agency's Risk Manager. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: Contractor agrees to have its insurer endorse the third -party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010. Contractor also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of subrogation prior to a loss. Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing D-16 HQE Systems Inc. Page 17 of 19 contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Contractor's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self- insurance available to City. 10. Contractor agrees to ensure that subcontractors, and any other parry involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. D-17 HQE Systems Inc. Page 18 of 19 11.Contractor agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in anyway involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City. If Contractor's existing coverage includes a deductible or self-insured retention, the deductible or self- insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12.The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15.Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17.The provisions of any workers' compensation or similar act will not limit the obligations of Contractor under this agreement. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of 9 HQE Systems Inc. Page 19 of 19 any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be limiting or all-inclusive. 19.These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20.The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. D-19 Attachment D Resolution No. 2022-59 RESOLUTION NO. 2022-59 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROSEMEAD, CALIFORNIA, AMENDING THE FISCAL YEAR 2022-23 BUDGET AND AUTHORIZING A SUPPLEMENTAL APPROPRIATION FROM THE STATE AND LOCAL FISCAL RECOVERY FUND RESERVE IN THE AMOUNT OF $88,654 TO FUND THE ACCESS CONTROL AND CAMERA SYSTEM UPGRADE PROJECT WHEREAS, the City Council adopted the Fiscal Year 2022-23 Operating and Capital Improvement Program budgets on June 14, 2021; and WHEREAS, the Fiscal Year 2022-23 budget included funding for Citywide access control and camera system upgrades in the amount of $325,000; and WHEREAS, on September 1, 2022, the City published Bid No. 2022-25 requesting proposals from qualified vendors to furnish and install an access control and camera system; and WHEREAS, the City has selected HQE Systems, Inc. to be most responsive bidder and desires to award a contract in the amount of $413,653.92; and WHEREAS, sufficient funding is not available in the City's adopted Fiscal Year 2022-23 budget thus requiring a supplemental budget appropriation in the amount of $88,654 to fund the total cost of the project; and WHEREAS, amendments must periodically be made to the budget to conform to changed circumstances following adoption of the budget; and WHEREAS, the revised appropriation constitutes an update to the Fiscal Year 2022-23 budget approved pursuant to Resolution No. 2022-38. THE ROSEMEAD CITY COUNCIL HEREBY RESOLVES AS FOLLOWS: SECTION 1: The City Council hereby approves a supplemental appropriation in the amount of Eighty -Eight Thousand Six Hundred Fifty -Four Dollars ($88,654) in unrestricted fund balance in Fund 233 State and Local Fiscal Recovery Funds — Revenue Loss to fund the total cost of the Access Control and Camera System Upgrade project. SECTION 2: The City Clerk shall certify the adoption of this Resolution. [signatures on next page] PASSED, APPROVED AND ADOPTED this 25`h day of October, 2022. ATTEST: Rachel H. Richman, City Attorney Sean Dang, Mayor APPROVED AS TO FORM: Ericka Hernandez, City Clerk STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES) CITY OF ROSEMEAD ) I, Ericka Hernandez, City Clerk of the City Council of the City of Rosemead, California, do hereby certify that the foregoing City Council Resolution No. 2022-59 was duly adopted by the City Council of the City of Rosemead, California, at a regular meeting thereof held on the 25th day of October, 2022, by the following vote, to wit: AYES: NOES: ABSENT: ABSTAIN: Ericka Hernandez, City Clerk