Loading...
HomeMy WebLinkAbout1998-04-06 City Council (35)City of Palo Alto City,Manager’s Report TO:HONORABLE CITY COUNCIL FINANCE COMMITTEE FROM: CITY MANAGER DEPARTMENT: POLICE DATE: SUBJECT: APRIL 6, 1998 ¯CMR:186:98 REQUEST FOR APPROVAL OF BUDGET AMENDMENT ORDINANCE IN THE AMOUNT OF $325,000 AND APPROVAL OF AGREEMENT WITH PUBLIC SAFETY SYSTEMS, INC. FOR A ’COMPUTER AIDED DISPATCH SYSTEM REPORT IN BRIEF This report provides the results of the Request for Proposal (RFP) process for the purchase of a Computer Aided Dispatch system (CAD), information about the project, the vendor selection process, the agreement with Public Safety Systems, Incorporated (PSSI), and system cost comparisons with other cities. Staff is requesting a Budget Amendment Ordinance (BAO) in the amount of $325,000 that would be added to the current balance of $243,986 in the Capital Improvement Programs. Additional funding of $66,449 will be used for PC work stations for dispatchers, $50,000 for upgrades to existing mobile data communications system, and $46,000 for contingencies. Additionally, staff is requesting approval of the agreement with PSSI in the amount of $406,537 for the purchase and installation of the CAD system. CMR:186:98 Page I of 9 RECOMMENDATION Staff recommends that Council: Approve a Budget Amendment Ordinance in the amount of $325,000. These funds would be added to the balance of $216,486 in Capital Improvement Program (CIP) 19109 for the purchase and installation of a CAD system, to purchase personal computer work stations needed for the system, and to upgrade the existing mobile data channel infrastructure. o Authorize the Mayor to execute the attached agreement with PSSI, in the amount of $406,537 for the purchase and installation of a CAD system. o Authorize the City Manager or her designee to negotiate and execute one or more change orders, if needed, to the agreement with PSSI for related, unforeseen additional work, which may develop during the project, in the amount not to exceed $46,000. BACKGROUND In June 1~97, the Abbey Group Public Safety Consultants completed a study that compared the feasibility and cost of in-house development of a CAD system to the purchase of a system from a vendor. The consultants and staff concluded that in-house development of a CAD system would be cost prohibitive and recommended the reissuance of an RFP for the acquisition and installation of a system, from a vendor. After Council approved staff’s recommendation, the process was initiated to identify a vendor. DISCUSSION Project Description The CAD project is a CIP project for the purchase and installation of a CAD system with modifications to provide for interface with enhanced 9-1-1; telecommunications device for the deaf; Sheriff’s Law Enforcement Teletype System; mobile data computers; fire alerting system; and police and fire records management systems. It also provides for upgrades to the current mobile data communications system to allow adequate area coverage and use of the enhanced integrated features of CAD. The enhanced features of CAD include use of the CMR:186:98 Page 2 of 9 mobile data computers’ function keys for unit status changes, vehicle stops, officer queries of local and state databases, and provides a tool for greater officer safety in emergency situations. The upgrades include addition of receivers in various parts of the City and all associated ancillary equipment. The current mobile data system has experienced some "dead" spots in certain areas of the City. The receivers and ancillary equipment allow the system to select the best possible radio signal and route that signal and accompanying data into the mobile data controlling software. A CAD system automates many manual dispatching activities. Event information for police, fire, and utility calls that are currently tracked manually on dispatch cards would be entered into the computer as the events occur. Benefits of on-line dispatching include: 1) faster initiation of fire station alerting and subsequent reduction of dispatch times; 2) improved tracking and reporting capability of incident activity for retrieval and analysis needed to meet the City’s and the public’s information requests; 3) reduced radio traffic during peak activity times; and 4) elimination of redundant data entry from manually completed dispatch cards. When integrated with public safety applications, such as mobile data computers in patrol and fire vehicles, records management systems, and other local databases, CAD provides additional benefits, including faster retrieval and increased information regarding previous calls for service to specific addresses and hazardous materials storage location information for field units; improved deployment of available resources, such as the dynamic allocation or reallocation of fire apparatus during large scale incidents; and tracking of personnel and apparatus in order to maintain information about potential exposure to chemicals and communicable diseases. A CAD system will also enhance communications during disaster situations. Workstations at the Police and Fire positions in the City’s Emergency Operations Center (EOC) will allow for a more efficient and effective information flow between the Communications Center, EOC, and public safety field units. All users of the CAD system will be able to monitor the types and numbers of events working at any given time, as well as view the availability of and/or location of assigned resources. These capabilities will enhance decision making for incident commanders, deployment of personnel and situation management. Although not a part of the initial implementation, full integration of the CAD system with the City’s Geographical Information System (GIS) is anticipated within two years. This will allow mapping information to be displayed at each user terminal and will help distribute the flow of information relating to street closures, routes of travel and visual displays of both real-time incident monitoring and post-incident analysis. Cost for this ftmetion is estimated to be an additional $50,000. CMR:186:98 Page 3 of 9 Selection Process A Request for Proposal was issued to 21 firms on August 6, 1997. The proposal response period was 42 days. A non-mandatory, pre-proposal conference was held on August 14, 1997. Three fn’rns attended the meeting and submitted proposals. Proposals ranged from $187,500 (excluding hardware costs) to $459,437. Those firms who did not respond indicated that they did notsubmit a proposal_ because they were involved with other implementations or their products were not anywhere dose to being delivered in a Windows NT environment. A selection committee consisting of Police, Fire.and Information Technology staff reviewed the proposals. Two of the three fn’ms were invited to participate in oral interviews and product demonstrations on December 11 and 12, 1997. Scenarios of the types of incidents Communications staff handle were prepared and sent to the vendors in order to evaluate the functioning of their products in-an environment that would simulate the actual working environment. A Communications Dispatcher actually tested the system to determine the ease of use and to assess the available functions. Staff evaluated each firm’s qualifications and submittal based upon the following criteria: proposal completeness, corporate background, experience, resources, project organization, staff qualifications, technical approach and work plan including approach to programming, documentation, testing, implementation, training, and cost. Public Safety Systems, Incorporated of Lanham, Maryland was selected because: 1) its core product provides the greatest level of overall function, especially for requirements associated with the dispatching of fire units; 2) it possesses the. corporate resources to deliver and maintain a stable product that will provide a long term useful life supporting multi-agency, multi-jurisdictional dispatching; and 3) its business philosophy of controlled growth and excellent customer service have a proven track record with customers across the country. PSSI has over 14 years experience in providing public safety agencies with CAD, Police and Fire records management systems, and other crime analysis tools. The older version of its product runs on an HP3000 and connects to the dispatcher workstation using a DOS-based interface. The newest upgrades to this product includes a shitt to the Windows NT operating environment. PSSI’s product provides a Windows NT front end graphical user interface. This facilitates the use of the system for dispatchers. PSSI has approached the industry movement towards Windows NT in a conservative, but progressive way. The recommended installation utilizes Hewlett-Packard servers as the central processors. PSSI has converted its front end CMR: 186:98 Page4of 9 (dispatcher) software to run in the Windows NT operating system and is developing the database and application central processors in the Windows NT environment. This development is underway and is expected to be completed later this year. PSSI’s business philosophy is to complete development and test the product extensively prior to distributing it to its client base. Unlike other vendors who approach this process as a beginning, PSSI approaches it as a conversion of its proven and stable CAD product to another platform. Checks with users of PSSI installations across the country yield consistent information that the system is very functional and reliable, the company’s staff was helpful and knowledgeable, and provides excellent support services. The final agreement pricing for the CAD system is $406,537. This is lower than their original proposal estimates. This is due to staff’s desire to upgrade to standard Hewlett- Packard PC and to purchase the proposed dispatcher workstation hardware directly. This will allow the workstations to be updated on a routine basis through the City’s computer replacement fund. The competing vendors’ proposals were lower in cost, but their products were judged to lack the overall functions, the resources to adequately support their product, or were based on operating platforms that could not be adequately supported by the City’s Information Technology Services. Cost Comparisons With Other Agencies In July 1996, based upon information obtained by the Abbey Group Consultants, staff provided a cost range for a CAD system of $200,000 to $625,000 based upon the amount of modifications necessary to meet the requirements of the City. Staff’s recommendation was to purchase an off-the-shelf version of a product with minimal modifications. The estimated cost of this type of system ranged between $200,000 and $400,000. The final PSSI agreement is on the high end of this range. There are additional costs added to the overall project costs to include an upgrade of dispatcher workstation hardware. This is due to the City’s desire to stay with a standard HP PC platform, and is not due to modifications to the core product. It should be noted that on-going maintenance costs were estimated by the Abbey Group to be 15 percent of the original purchase cost. PSSI’s support costs will begin in the second year and are $21,000 or slightly under 4 percent of the total system cost. The following table provides some cost comparisons of CAD automation system budgets or expenditures by other cities. CMR: 186 : 98 Page 5 of 9 Agency Campbell, Milpitas Mt. View Redwood City San Jose San Mateo Santa Cruz County Santa Clara Sunnyvale Year Purchased 1990 1992 1989 1993 1989 1989 1996 1993 1994 Original Cost $35,000 $600,000 $414,000 $90,000 $1.6Million $350,000 $1Mill~n $635,000 $299,000 Recently Budgeted to Upgrade/Replace $1.3 Million $1.3 Million $800,000 $250,000 RESOURCE IMPACT Available Funding: A balance of $216,486 remains in Police Information Systems Master Plan Capital Improvement Program (Project 19109). Additional funds of $15,000 for integration of CAD to the proposed new Fire alerting system and $12,500 for integration of CAD to the proposed new Fire records-management system are available in the Fire/Communications Computer System Capital Improvement Program (Project 19312). The total balance of previously budgeted funds is $243,986. Budget Amendment Ordinance: A BAO in the amount of $325,000 is requested for the additional funds necessary to complete this project. Funds will come from the General Fund (73 percent), Enterprise Funds (11 percent) and reimbursement from Stanford University (16 percent). Funds not to exceed $46,000 are necessary to cover any unexpected costs during the project. Funds in the amount of $50,000 are needed for mobile data channel upgrades to provide adequate radio coverage throughout the City and to utilize the enhanced features of CAD. Mobile data computers (MDC) in Police and Fire units will be linked to the CAD system, which will allow field units to query the CAD system, makes status changes via the MDC’s, and query a variety of local and national databases. CMR:186 : 98 Page 6 of 9 The total project costs are as follows: Project Costs PSSI Agreement for Software, Hardware $406,537 & Project Management Services HP PC Workstations $ 66,449 Subtotal $472,986 Contingency Funds $46,000 Data Channel Upgrades $50,000 Total $568,986 Available Funding Available Funds (CIP 19109)$216,486 Available Funds (CIP 19312)$27,500 Total $243,986 Amount of BAO Total Project Costs $568,986 Available Funding $243,986 Total BAO Amount $325,000 Workload Impact: Police, Fire and Administrative Services staff will be required to work closely with PSSI representatives in the preparation of hardware configurations, software design and review, geographical file development, training and testing of the product. This is expected to be in addition to, not in place of, existing job duties. Maintenance Requirements: After successful completion of the software testing and acceptance period, the 12-month software warranty period will commence. After the first year, the City would enter into an annual software support agreement with PSSI. The costs will be approximately $21,000 in year two and will increase by approximately 5 percent per year for four years. Funds for this on-going commitment would be included in the Police Department’s future operating budget requests. CMR: 186 : 98 Page 7 of 9 Future Budget Implications: CAD systems have useful life expectancies of a minimum of seven years. Systems usually have to be upgraded or completely replaced after that time. During the life of the system, additional changes in the system may be needed to accommodate changes in other ancillary operating systems such as the California Department of Justice files, Santa Clara County Sheriff’s Law Enforcement Teletype System, Mobile Data Computer controllers or other local databases. Costs for these changes and the interface to the City’s GIS system would have to be negotiated with PSSI at a later time. Cost Recovery Issues: The current contract with Stanford University for communications services stipulates that it will reimburse the City for 16 percent of any CIP project for which it will benefit. It is estimated that $83,000 will be reimbursed to the City as a result. POLICY IMPLICATIONS This report does not represent any change to existing City policies. TIMELINE Pending Council approval of the BAO anticipated timeline: and agreement with PSSI the following is the Hardware/Software Design/Review - Software Preparation - Training Hardware/Software Installation - CAD Software/Interface Testing Reliability/Acceptance Testing - CAD System Live Operation 5/98 6/98- 10/98 9/98 - 11/98 -9/98- 10/98 9/98- 11/98 11/98 ’ 12/98 ENVIRONMENTAL REVIEW. This is not a project under the California Environmental Quality Act (CEQA). CMR: 186 : 98 Page 8 of 9 ATTACHMENTS Budget Amendment Ordinance Agreement with PSSI PREPARED BY:John Bush, Coordinator - Communications Services Lynne Johnson, DEPARTMENT HEAD: CITY MANAGER APPROVAL: City ClVIR: 186 : 98 Page 9 of 9 ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 1997-98 TO PROVIDE AN ADDITIONAL $325,000APPROPRIATION TO INCREASE THE POLICE INFORMATION SYSTEMSMASTER PLAN CIP PROJECT NUMBER 19109 WHEREAS, pursuant to the provisions of Section 12 of Article III of the Charter of the City of Palo Alto, the Council on June 23, 1997 did adopt a budget for fiscal year 1997-98; and WHEREAS, on July i, 1997, Council gave staff approval to go forward with a Request for Proposal for the purchase of a Computer Aided Dispatch (CAD) System, as part of the Police Information Systems Master Plan CIP Project, 19109; and WHEREAS, staff has selected a vendor to supply the CAD system, which wil! cost $325,000 more than is currently budgeted in the Police Information Systems Master Plan CIP Project, 19109; and WHEREAS, City of Palo Alto Enterprise Funds and Stanford University will be paying for a portion of the new CAD system; and WHEREAS, the remaining funds needed will come from the Budget Stabilization Reserve; and WHEREAS, City Council authorization is needed to amend the 1997-98 budget as hereinafter set forth. NOW, THEREFORE, the Council. of the City of Palo Alto ,does ORDAIN as follows: SECTION i. The total sum of Two Hundred Seventy-Three Thousand ($273,000) is hereby transferred to the Capital Fund from the following reserve funds: Budget Stabilization Reserve (General IFund)$237~,250 Electric Rate Stabilization Reserve $i0,010Gas Rate Stabilization Reserve $10,368~Refuse Rate Stabilization Reserve $715iWastewater Collection Rate Stabilizltion ’Reserve I $5,362.Water Rate Stabilization Reserve $9,295 SECTION 2. The appropriation transfers approved by Section 1 will reduce the Budget Stabilization Reserve from $17,298,399 to $17,061,149, and reduce the following Rate Stabilization Reserves (RSR): From:To: Electric BSR $18,941,000 $18,930,990 Gas BSR $11,334,500 $11,324,132 Refuse BSR $4,793,000 $4,792,285 Wastewater Collection BSR $8,566,000 $8,560,638 Water BSR $5,997,900 $5,988,605 SECTION 3. Revenues in the Capital Improvement Fund will be increased by Fifty-Two Thousand Dollars ($52,000) to reflect the reimbursement from Stanford University. SECTION 4. The amount of $325,000 is hereby appropriated to CIP 19109 in the Capital Improvement Fund. SECTION 5. As specified in Section 2.28o080(a) of the Palo Alto~ Municipal Code, a two-thirds vote of the City Council is required to adopt this ordinance. SECTION 6. The Council of the City of Palo Alto hereby finds that this is not a project under the California Environmental Quality Act and, therefore, no environmental impact assessment is necessary. SECTION 7. As provided in Section 2.04.350 of the Palo Alto Municipal Code, this ordinance shall become effective upon adoption. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST:APPROVED: City Clerk Mayor APPROVED AS TO FORM:City Manager Senior Asst. City Attorney Acting Director, Administrative Services Department Police Chief AGREEMENT BETWEEN THE CITY OF PALO ALTO AND PUBLIC SAFETY SYSTEMS, INC. FOR PURCHASE OF LICENSED SOFTWARE AND SUPPORT ~SERVICES AND ASSOCIATED HARDWARE THIS AGREEMENT is made and entered into on the __ day of 1998, by and between the CITY OF PALO ALTO, a chartered municipal corporation of the Siate of California ("CITY"), and PUBLIC SAFETY SYSTEMS, INC. a duly organized Virginia corporation, with offices at 4401 Nicole Drive, Lanham, Maryland 20706, Tax ID Number 54-1302472 ("PSSI"). RECITALS: A. CITY desires~to purchase an automated computer aided dispatch system that utilizes the latest technology and provide for rapid handling of multiple agency, multi-jurisdictional law enforcement, fire, EMS and utilities systems; that is capable of being fully integrated with EglI, external law enforcement data bases, local police and fire records management systems, mobile data terminals, and a message switch; and that is easy to use. B. PSSI has submitted a proposal in response to CITY’s Request for Proposal No. 99680, "Computer Aided Dispatch System" ("RFP"), and represents that its licensed software will meet CITY’s objectives. NOW, THEREFORE, in consideration of their mutual covenants, the parties hereto agree as follows: SECTION I. THE PRODUCT CITY shall purchase from PSSI certain hardware, licensed software, and support services (the "Product"). The Product is described in the "Scope of Work" attached hereto as Exhibit "A" and incorporated herein by reference. A list of the hardware to be purchased from PSSI is found in Exhibit "B" attached hereto and incorporated herein by reference. CITY will purchase additional hardware, including individual workstation PC’s, separately. PSSI’s Proposal in response to RFP No. 99680 (the "Proposal") sets forth CITY’s objectives for the Product and is attached hereto as Exhibit "C" and incorporated herein by reference, except to the extent specifically modified by Exhibits "A" and/or "B" To the extent of any conflict between this Agreement and any exhibit, the provisions of this Agreement shall apply. SECTION 2. DELIVERY CITY shall pay for all delivery charges. Delivery will be made by standard ground transportation charges unless CITY agrees in writing to a different method of transportation. PSSI will handle all shipping, handling and installation of the Product, 1 980402 lac 0031955 and shall coordinate with CITY as to the schedule of delivery so as to cause the least possible disruption to CITY’s operations. CITY will be responsible for installing hardware and equipment it is purchasing from sources outside of this agreement. SECTION 3.COMPENSATION CITY shall pay to PSSI a total fixed amount of Four Hundred Six Thousand Five Hundred Thirty-Seven Dollars ($406,537), plus applicable sales tax, for the Product which shall include all programming, services, and travel and expenses incurred by PSSI under this agreement. Total compensation is detailed in Exhibit "B". CITY shall be responsible for remitting any applicable sales and use taxes to the appropriate local and tax authorities. SECTION 4.SOFTWARE LICENSE 4.1 PSSI grants to CITY a non-exclusive, n~n- transferrable license for the software during the term of this Agreement plus the terms of any agreements for extended maintenance of the software. CITY shall not sell or transfer any of the software or copies~thereof to others; provided, however, that the license hereby granted shall apply to the extent necessary for CITY to fulfill its contractua! obligations to serve Stanford University. CITY agrees to secure and protect the software and copies thereof from transfer to third parties, and agrees to take appropriate action through instruction with its employees who are permitted access to each software system or copies thereof, to satisfy its obligations under this Agreement. The license under this Agreement allows CITY to: Use the licensed software on the equipment specifically so designated by the parties; Copy or translate the licensed software in machine readable or printed form to provide sufficient copies to support CITY’s use of the licensed software, provided PSSI’s proprietary legend is included; Transfer the licensed software to a back-up CPU to be used when a designated CPU is temporarily inoperable; Modify any cus£omized licensed software program to form an updated work for CITY’s use, provided that: CITY supplies PSSI with written notification of the modification; and ii.The modification is made according to PSSI’s conventions or requirements. 980402 lac 0031955 4.2 CITY will~not use or operate thelicensed software improperly, carelessly, or in a manner contrary to that authorized by this license. SECTION 5.INSTALLATION AND ACCEPTANCE 5.1 Implementation Schedule. General timelines for implementation are described in Exhibit "A". A detailed schedule of tasks and deliverable items, which outlines the time and manner in which the transactions contemplated by this Agreement are to be performed, shall be discussed with CITY in separate meeting and committed to a written document ("Implementation Schedule"), which shall be incorporated as part of this Agreement. PSSI agrees to adhere to the requirements of the agreed upon Implementation Schedule in all respects. If PSSI fails to adhere to the Implementation Schedule, ~provided such failure is not caused by CITY, CITY shall have the options set forth as follows, subject to the notice and other requirements thereof: The delivery of the hardware and software shall be performed and completed in accordance with the agreed upon Implementation Schedule and the provisions of this Agreement. If a scheduled installation date or milestone as set forth in such schedule, or, in any subsequent Implementation Schedule, developed by the parties orotherwise agreed to by the parties, shall be incapable of being met, PSSI shall~give at least seven (7) days notice prior thereto, unless PSSI shall not know that a delay will occur, then immediately upon obtaining such knowledge, to CITY of the existence of such delay, and the proposed actual performance date. Upon receipt of such notice and provided the delay is not caused by CITY, CITY may counter-notify PSSI that unless such delay is cured and scheduled installation made within twenty-one (21) days after such counter notice, CITY may exercise the options afforded it as described in Subsection 5.3 below. 5.2 Acceptance Test. The parties~agree that acceptance of the software shall be a demonstration, to the CITY’s satisfaction, that the Products perform, individually and as a whole, in accordance with their published specifications, including, but not limited to, specifications for speed of various operations, as referenced in paragraph 1.2.3 of Exhibit "A", and able.to perform substantially the function for which they are intended. (the "Acceptance Criteria") Said demonstration shall be completed within 30 days of installation. 5.3 Acceptance orRejection. Acceptance shall not occur until the software has adequately passed the acceptance test set forth in the preceding sUbsection 5.2 and CITY has received all of the deliverables associated with this purchase and license. CITY shall notify PSSI in writing immediately upon completion of the final software acceptance test. The payment associated with software acceptance due from CITY will due and payable as set forth in Section 3 upon satisfactory Completion of the acceptance test and receipt of all deliverables. 980402 lac 0031955 ~3 If PSSI fails to provide software or other deliverables meeting City requirements within the time lines set forth in this Agreement, or, if the software does not function in a manner that is acceptable to CITY in the normal daily operating environment within the acceptance test p~riod, CITY shall have the option, upon notice to PSSI, to: a. Cancel this Agreement, whereupon, PSSI shall return to CITY all sums heretofore paid by CITY and CITY shall have no further obligations hereunder, in which event PSSI shall be entitled to return of any hardware, software and any documentation theretofore delivered to CITY; or or Accept the Product at its then level of performance; c. Permit the acceptance phase to be extended for such period as agreed upon by CITY in writing; or d. Accept those portions of the Product which pass the acceptance criteria and require PSSI to correct the remaining portions, in which event CITY shall not be liable for any payments for such remaining portions until they have passed the acceptance tests; or e. Pursue such remedies as may be available to CITY at law or in equity. Acceptance of the Product by the CITY will not release PSSI from the requirements of correcting software defects in accordance with the terms of the warranties and maintenance requirements set forth herein. SECTION 6.WARRANTY 6.i PSSI warrants that it has the right to grant the software license described in this Agreement and that the software is delivered and installed free of any claim of patent, trademark or copyright infringement. PSSI shall defend, at its expense, any action brought against CITY to the extent based on a claim that the use of the Product, within the scope of this.Agreement, infringes any United States patent, trade secret or copyright .or any intellectual property right granted by the State of California, and PSSI shall indemnify CITY from any costs, damages and fees finally awarded against CITY in such action which are attributable to such claim; provided that CITY notifies PSSI promptly in writing of the claim, permits PSSI to defend or settle the claim and provides all available information, reasonable assistance and authority to enable PSSI to do so, provided PSSI reimburses CITY for such activity. CITY shall have no authority to settle any claim on behalf of PSSI. PSSI shall have no liability for~ any claim of patent, trade secret or copyright infringement based on the (i) use of other than the then-latest version of the Product from PSSI, if such infringement could have been avoided by the use of the latest version made available to CITY, but CITY, with knowledge of actual 980402 lac 0031955 or possible infringement, chose to retain the prior version; or (ii) use or combination of the equipment with software, hardware, or other materials not provided by PSSI, unless such use has been agreed to by PSSI and then only to the extent that such liability is based on the Products supplied by PSSI and not for any such liability as may relate to such other products. PSSI warrants that during the warranty period, for a period of one year from CITY’s acceptance, the Product will operate according to the Acceptance Criteria. If it is determined that the Product does not operate according to such specifications, PSSI shall, without further charge or cost to CITY, provide such additional or substitute Product or modification of whatever kind as is necessary to the Product in order to meet the Acceptance Criteria, or CITY may exercise whatever options are set forth in Section 5 (within the acceptance period), at CITY’s sole option. 6.2 PSSI warrants that the Product shall meet or exceed the.Acceptance Criteria during the warranty period, and agrees to replace or repair all defects at no charge during said period, provided it shall have received reasonable notice of such’ defects, and provided the damage shall not have been caused by willful act or negligence of CITY’s agents or employees. 6.3 PSSI warrants that the Product will be Year 2000 compliant. 6.4 PSSI warrants that its personnel assigned to function during the term of this Agreement shall be qualified to perform PSSI’s support obligations under this Agreement. All personnel (and any substitutes therefor) assigned to the performance of this Agreement shall be subject to approval of the CITY. Personnel whose conduct is incompetent, inefficient, or otherwise unsatisfactory to the CITY shall be replaced forthwith upon request. 6.5 In the event that CITY makes any changes or modifications to the licensed software, CITY agrees that such changes and modifications shall be the-property of PSSI, unless PSSI shall have given its prior written consent to the contrary. Furthermore, any changes or modifications made by CITY to the licensed software, except in accordance with Section 4.l.b, will mean that the foregoing limited warranty of PSSI with respect to such licensed software shall no longer apply, and PSSI shall have the right to charge CITY for additional support services at PSSI’s then prevailing service rate; however, PSSI shall have no obligation to provide such services. 6.6 EXCEPT AS SET FORTH ABOVE., NO OTHER WARRANTIES, WHETHER EXPRESS OR IMPLIED, INCLUDING, WITHOUT LIMITATION, THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, ARE MADE BY PSSI AND PSSI MAKES NO WARRANTIES WITH RESPECT TO HARDWARE EQUIPMENT OR WITH THE LICENSED SOFTWARE OR FOR THE INSTALLATION THEREOF.IN NO EVENT WILL PSSI BE LIABLE TO CITY OR ANY OTHER PARTY FOR ANY LOSS, INCLUDING TIME, MONEY, GOODWILL AND 980402 lac 0031955 5 CONSEQUENTIAL DAMAGES, WHICH MAY ARISE FROM THE USE, OPERATION OR MODIFICATION OF THE HARDWARE OR SOFTWARE. 6.7 The foregoing limitations of paragraph 6.6 shall not limit PSSI’s liability for damages for personal injury, including death, or tangible property damage, as set forth in Section I0. Further, nothing contained in this Agreement shall limit any cause of action arising between the parties which is based upon wrongful acts that are independent of this Agreement. SECTION 7.SOURCE CODE The Product shall include the software source code, object code, and any associated files, tables, or programs required to recompile, if necessary. SECTION 8.TERM; AMENDMENTS 8.1 The initial term of this Agreement shall commence on the date of execution of this Agreement by CITY, and shall con£inue for one year following the date of final acceptance by CITY of the Product. The parties may, by mutual agreement, enter into subsequent agreements for extended maintenance of the Product. 8.2 The parties may, by mutual agreement, amend this Agreement to provide for additional hardware, software,~ or services related hereto. SECTION 9.TERMINATION 9.1 This Agreement~ may be terminated by either party upon thirty (30) days prior written notice if the other party has materially breached the provisioDs of this Agreement and has not cured such breach within such notice period. 9.2 This Agreement may also be terminated by CITY prior to acceptance of the Product, in accordance with the provisions of Section 5. 9.3 Upon termination, either party may pursue such remedies at law or in equity as may be available to it. SECTION I0. INDEMNITY PSSI agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents from any and all demands, claims, or liability for injury or death of any person, or property damage caused by or arising out of PSSI’s, its officers’,, agents’, subcontractors’ or employees’ negligent acts or omissions, or willful misconduct in the performance of its obligations under this Agreement. SECTION ii. INSURANCE 980402 lac 0031955 6 Ii.I PSSI, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D", insuring not only PSSI, but also, with the exception of workers’ compensation, employer’s liability, and professional liability insurance, naming CITY as an additional insured concerning PSSI’s performance under this Agreement. 11.2 All insurance coverage required hereunder will be provided through carriers with B@sD.’s. Key Rating Guide ratings of A:X or higher which are admitted to transact insurance business in the State of California. Any and all contractors of PSSI retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 11.3 Certificates of such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY’s risk manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with CITY’s City Clerk thirty (30) days’ prior written notice of such cancellation or alteration, and that the City of Palo Alto is named as an additional insured except in policies, of workers’ compensation, employer’s liability, and professional liability insurance. Current certificates of such insurance will be kept on file at>all times during the term of this Agreement with the City Clerk. 111.4 The procuring of such required policy or policies of insurance will not be construed to limit PSSI’s liability hereunder nor to fulfill the indemnification provisions Of this Agreement. Notwithstanding the policy or policies of insurance, PSSI will be obligated for the full and total amount of any damage, injury, or loss caused by ~r directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. 11.5~ PSSI, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California which require evgry employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of its obligations under the Agreement. SECTION 12.WORKERS’ COMPENSATION PSSI, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of Califor- nia which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance~with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of its obligations under the Agreement. SECTION 13. ASSIGNMENT PSSI shall not assign or subcontract the services to be provided by it under this Agreement, and no assignment.of this Agreement or subcontracting of the services to be provided under this Agreement or any right or interest therein by PSSI shall be effective, without the prior written consent by CITY of such assignment or subcontract, which consent will not be unreasonably withheld. The performance of the Agreement by PSSI is of the essence of the Agreement. In the event of any assignment or subcontract, PSSI shall remain primarily liable for all of its obligations under this Agreement. Notwithstanding the foregoing, it is the intent and understanding of the parties that the hardware provided by PSSI under this Agreement will be manufactured by other entities, for which PSSI will function as reseller. SECTION 14. WAIVER No Waiver of any breach of any term or condition of this Agreement shall be construed to waive any subsequent breach of the same or any other term or condition of this Agreement. SECTION 15. CONFLICT OF INTEREST 15.1 In accepting this Agreement, PSSI~ covenants that it presently has .no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with .the performance of the Services. 15.2 PSSI further covenants that, in the performance° of this Agreement, it will not employ any contractor or person having such an interest. PSSI certifies that no person who has or. will have any financial interest under this Agreement is an officer or employee of CITY; this provision, will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. SECTION 16. NONDISCRIMINATION 16.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of any person under this Agreement because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of that person. If the value of this Agreement is, or may be, five thousand dollars ($5,000) or more, PSSI agrees to meet all requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "E". 8 980402 lae 0031955 16.2 PSSI agrees that each agreement for services with an independent provider will contain a provision substantially as follows: "[Name of Provider] will provide PSSI with a certificate stating that [Name of Provider] is currently in compliance with all Federa! and State of California laws covering nondiscrimination in employment; and that [Name of Provider] will not discriminate in the employment of any person under this agreement because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person." 16.3 If PSSI is found in. violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of Federal law or executive order in the performance of this Agreement, it will be in default of this Agreement. Thereupon, CITY will have the power to cancel or suspend this Agreement, in whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which such person was subjected to acts of discrimination, as damages for breach of agreement, or both. Only a finding of the State of California Fair Employment Practices Commission or the equivalent federal agency or officer will constitute evidence of a breach ofthis Agreement. 16.4 If PSSI is in default of the nondiscrimination provisions of this Agreement, PSSI will be found in material breach of this Agreement. Thereupon, CITY will have the power to cancel or suspend this Agreement, in whole or in part, or to deduct from the amount payable to PSSI the sum.of two hundred~fifty dollars ($250) for each calendar day during which PSSI is not in compliance with this provision as~damages for breach of agreement, or both. SECTION 17. FORCE MAJEURE The parties will exercise every reasonable effort to meet their respective obligations hereunder, but either party shall be excused from the performance of any of its covenants or agreements hereunder and such party’s nonperformance shall not be a default or grounds for termination of this Agreement for any period to the extent that such party is prevented, hindered or delayed for any period not in excess of thirty (30) days from performing any of its covenants or agreements, in whole or in part, as a result of an act of God, war, civil disturbance, court order, labor dispute or other cause beyond that party’s reasonable control, including without limitation, any denial of access to the CITY’s facilities. The parties hereby agree to use their reasonable efforts to remedy the effect caused by the occurrence of the event giving rise to a party’s nonperformance of its covenants or agreements under this section. The parties agree to provide prompt notice to the other party to the extent that either party is relying on the provisions 9 980402 lac 0031955 of this Section for its failure to perform any of its covenants or agreements hereunder. SECTION 18.CONFIDENTIALITY 18.1.The parties acknowledge that in the course of performing the responsibilities under this Agreement, they each may be exposed to or acquire information that is proprietary to or confidential to the other party or its affiliated companies or their clients. Any and all information of one party in any form obtained by the other party or its employees, agents or representatives in the performance of this Agreement shall be deemed to be confidential and proprietary information of such party. The parties agree to hold such information oin strict confidence and not to copy, reproduce, sell, assign, license, market, transfer, give or otherwise disclose such information to third parties or to use such information for any purposes whatsoever, without the express written permission of the other party, other than for the provision of services under this Agreement. The parties agree to advise each of their employees, agents, and representatives of their obligations to keep such information confidential. All such confidential and proprietary information described herein and any deliverable provided hereunder, in whatever form, are hereinafter collectively referred to as "Confidential Information." The parties shall use their reasonable efforts to assist each other in identifying and ~ preventing any unauthorized use or disclosure of any Confidential Information. Without limitation of the foregoing, the parties shall use reasonable efforts to advise each other immediately in the event that either learns or has reason to believe that any person who has had access to Confidential Information has violated or intends to violate the terms of this Agreement, and will reasonably cooperate in seeking relief against any such person. 18.2 Notwithstanding the obligations set forth in Section 18.1, the confidentiality obligations of the parties shall not extend to information that: is,. as of the time of its disclosure, or thereafter becomes part of the public domainthrough a source other than receiving party; was known to the receiving party as of the time of its disclosure; or is independently developed by the receiving party; or is subsequently learned from a third party not under a confidentiality obligation to the providing party; or is required to be disclosed pursuant to court order or government whereupon the receiving party shall provide notice to the other party prior to such disclosure. SECTION 19. NOTICES All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 9~0402 lac 0031955 10 with copies to: and to: To PSSI: Coordinator, Communications Services City of Palo Alto Post Office Box 10250 palo Alto, CA 94303 Manager of Information Technology Services City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 4401 Nicole Drive Lanham, MD 20706 ATTN: Howard Robertson, Marketing Director SECTION 20.MISCELLANEOUS PROVISIONS 20.1 PSSI represents and warrants that it has knowledge of the requirements of the Americans with Disabilities Act of 1990, and the Government Code andthe Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. PSSI will comply with or ensure by its advice that compliance with such provisions will be effected in the performance of this Agreement. 20.2 This Agreement will be governed by the laws of the State of California, excluding its conflicts of law. 20.3 In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 20.4 The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys’ fees expended in connection with that action. 20.5 If a court Of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 20.6 All. exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules which,, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed.to be a part of this Agreement. 20.7 This Agreement may be executed in any numbe~ of counterparts, each of which will be an original, but all of which together will constitute one and the same instrument. 9~0402 lac 0031955 ii 20.8 This document represents the entire ’and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. If CITY is required to sign an order form or other preprinted document from PSSI, the parties understand and agree that to the extent of any conflict between such other form or document and this document, this document shall prevail. This document may be amended only by a written instrument, which is ~igned by the parties. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk Mayor APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Assistant City Manager PUBLIC SAFETY SYSTEMS, INC. By: ..... Its: Acting Director of Administrative Services Insurance Review Attachments: EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : EXHIBIT "E" : Scope of Work Special Provisions and Pricing Schedule RFP No. 99680 Insurance Requirements Nondiscrimination Compliance Form 9~0402 lac 0031955 12 CERTIFICATE OF ACKNOWLEDGEMENT (Civil Code ~ 1189) STATE OF ) ) ss. COUNTY OF ) On ,1998, before me,, a Notary Public in and for said County and State, personally appeared , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public 980402 lac 0031955 13 EXHIBIT "A" SCOPE OF WORK SCOPE OF WORK 1. 0 Computer Aided Dispatch Functional Requirements 1.1 Overview PSSI will install the RESPONSE NT CAD system, which will support the multi-agency and multi-jurisdictional dispatching needs of the City of Palo Alto. PSSI recognizes the City’s preference for Windows applications and a full-featured system, which is easy to use. This project includes 6 workstations that will be configured to support both call taking and dispatching operations. One of these positions may also perform supei’visory fimctions as established by the security setup. PSSI will work closely with the City to provide Project Management, application software, custom modifications, interface software, testing, training, documentation, data conversion (geofile conversion is included in base price) and any other service necessary to provide the. City with a state of the art public safety system software solution. L2 CAD General Features 1.2.1 Complete System RESPONSE is a full-featured multiple agency and multiple jurisdiction CAD system. Although the system supports separate incidents numbers for the Police incidents and FireiEMS incidents, the system provides the capability of assigning a secondary number, which can be assigned to police, fire, EMS, utility, animal services, etc. This number will allow for a sequential number for each of these services based upon the type of call or it can be automatically assigned at time of dispatch based upon the type of unit responding. This implementation has been implemented in the multiple agency and multiple jurisdictional communities supported by PSSI. 1.2. 2. State-of-the-Art PSSI will install a system running on the Windows NT operating system and utilizing PC’s as workstations at the client end: Two servers will be configured in a redundant fashion to provide fail-over in the event of a main server failure. 1.2.3 Speed Many critical dispatch operations such as status changes will be performed in sub-second times, however other functions such as queries, location verification, etc. will take slightly longer. 1.2. 4 Open System The system operates on a Windows NT operating system. Page 1 1.2.5 Continuous Processing The system has been designed in a redundant configuration, which provides fail-over in the event of a server failure. Critical data is also stored on the backup processor so that this data is available upon operations offofthe backup processor. This provides a very high degree of refiability for the mi_ssion critical CAD software. 1.2. 6 Windows The client workstations will be running Windows NT applications for the workstation and status monitor functionality. Therefore, it will be possible for the operator to switch easily between any other Windows-based application. The system provides the operator with the choice of using the keyboard to enter commands on the command line, use the mouse to perform some functions or use predefined function keys to recall commonly used forms or perform certain functions. Any function that can be performed by using the mouse may also be perforlmd by using the command line in the event that the operator is not comfortable with the use of a mouse. The RESPONSE system has also been designed to be table-based and utilizes user-defined parameters to provide functionality and define user-codes. This eliminates the necessity of the City to contact PSSI to perform any programming changes should any of these code values change, (i.e. dispositions, fire stations, unit IDs, unit types, etc.). The system will also utilize a list box for choices of call types that can be entered into the call entry form. The user may scroll through the choices with the keyboard or point and click on the desired code with the mouse to have the system automatically fill the call type field. The RESPONSE CAD system includes a Help on Commands function that will allow the operator to request Help information on any or all CAD commands on the system. This display will show the CAD command, the format of the command and any associated parameters that may be used and a description of the command. In addition, a Ready Reference file is available which will allow the City to enter and store text information in a hierarchical fashion, which can store operational procedures, and any other on-line help that they wish to store 0n various subjects. However, the system does not provide field-level help on fields of the forms. 1.2. 7 System Availability During Backup The system may need to be taken out-of-service for a minimal time while backups are’ performed. L3 CAD Integration 1.3.1 Records Management - Police and Fire PSSI will supply a records transfer to the local RMS systems as described in Section 2. This transfer will send CAD data in a fixed-format ASCII data stream. Page 2 1.3.2 E911/ANI/ALI PSSI will provide an interface to the existing ANI/ALI controller to automatically pre-fill the call takers call entry screen with the data received from the phone company. This will eliminate the need to re-key the callers name, phone number, location or any other data supplied by the controller. This ANUALI data will be automatically displayed to the operator when the call is answered. The operator may then use a single keystroke to transfer this information, which is displayed in a pop-up window, into the call entry form. At this point, only the event type code will need to be entered in order to get the emergency call into the system and transferred to the dispatcher. 1.3.3 NCIC and SLETS Databases PSSI will provide an interface to the NCIC database via the local SLETS system. This interface has been priced as a direct link to SLETS. This interface will allow for NCIC transactions to be run directly from the CAD screen and have the responses returned to the requesting user in their message queue. 1.3.4 TDD Device Interface PSSI will provide a TDD interface with the existing Plant MAARS equipment. The TDD interface will capture both the E911 operator and callers response and the two-way conversation will be displayed in a pop-up window. This conversation will then be appended to the call history and will be date/time stamped. 1.3.5 MDT/Laptop Interface The system is capable of supporting MDC’s and providing access to the CAD system to mobile units and officers in the field. PSSI has worked with Western Data Com and has determined that the Traffic Master controller will allow the PSSI CAD system to perform normal MDT functions. With a mobile interface in place, this will allow the field units to log onto the MDC and appear on the dispatchers status monitor. From that point,on the MDC user will also receive dispatch information directly from the CAD system upon dispatch and will have the ability to change their status directly from the unit and have the status immediately reflected on the associated dispatch status monitor. MDC operators will also have the ability to query NCIC/SLETS databases, message to other MDC’s and/or workstations and perform other CAD functions as allowed by their individual security allocation. NCIC/SLETS license plate queries and other requested information will be routed back to the mobile units message queue to be retrieved by the officer. If a NCIC query results in a "hit" then PSSI can route this message to others designated in the system, however it will be a requirement that the return have a flag or data element in a fixed position that will signify the return as such a "hit". The MDC unit will also have the capab’~ to "self-initiate" themselves on events or functions Page 3 such as vehicle stops, lunch, court, etc. These events and the associated infommtion (unit Id, location, type of calL etc.) will be automatically displayed on the dispatchers status monitor. If the existing mobile units support the use of an emergency key, then this activation of such- a key will send a message to the CAD system and RESPONSE will alert all dispatchers by displaying a pop-up window with the units last known location, incident currently on, and any other pertinent information. This display will be accompanied with an audible tone and an emergency message. All MDC equipped units may also be sent this emergency broadcast information upon activation of an emergency key. 1.3.6 Message Switch This interface will not be necessary. PSSI will implement the interfaces to the other systems and technologies with interfaces directly from the CAD system. 1.3. 7 Tone. Encoder Interface PSSI will implement a fire station alerting interface for the City of Palo Alto using the Zetron equipment currently in place or being purchased by the City. This interface will eliminate the need for the operator to manually tone the stations upon dispatch. The CAD system will automatically alert the station of the units that are dispatched. Therefore, the dispatcher is only concerned with assigning the equipment and dispatching the event. PSSI will also provide the ability to print the dispatch message on a fire station printer upon assignment of a unit. This dispatch message will include all information entered by the call taker and any additional information such as premise, hazard or directions that may be in the system for the location of the call. PSSI will ensure that additional fields such as map number and pre-plan survey numbers are included in the geofile so that if this information is available for the location it will also be part of the dispatch message to be sent to the fire station. 1.3.8 Time Synchronization PSSI will supply a Netclock II to provide the time synchronization of the CAD system to the WWVB National Standard Time. This will be transparent to the users L4 CAD Working CRT Screen Arrangement PSSI has proposed 6 positions for the City of Palo Alto to support call taking and dispatching functions. Each of these positions will have 2 monitors so that a working screen as well as a status monitor may be displayed at each position at all times. This will allow for each position to function as a call taker, dispatcher or combined call taker/dispatcher at any time. This configuration will provide ample space for the critical resource and incident information to be displayed at all times. The RESPONSE CAD system utilizes Windows NT workstations at the client end running windows-based application sot~ware developed using Microsoft Visual Basic in order to Page 4 provide a very user fi’iendly Graphical User Interface (GUI). The status monitor consists of multiple display windows for pending incidents, available units, active units, etc. Each of these window displays may be sized, positioned and configured by the individual operator. The status monitor will be dynamically updated and displayed at all times. The working screen will be used to perform call entry, the dispatching and all other inquiry and CAD related functions. All messages and other responses to inquiries will also be returned to the operators working screerL Paging and scrolling functions are always provided in the event that the returned data is not contained in the window displayed. 1.5 Call Taking A single call entry screen is used to enter calls for any agency. The agency will default based upon the event type and certain event types may be configured to require a multiple agency. response. In this event, the system will automatically create 2 separate events and route them to the correct police and/or fire/EMS dispatcher based upon the areas of assignment. The dispatcher will easily be able to view the related incident numbers. The system also supports the ability to enter calls t~om a Telephone Reporting Unit or other site. The call entry screen is displayed by pressing a function key and the operator may easily move between fields by using the mouse or tabbing through the fields. Once the location is entered and verified, the operator will be provided with the appropriate flags, which will signify that associated information is available for the incident location. The RESPONSE system utilizes the implementation of multiple information files that can contain information such as premise information, hazard, directions, off-duty ot~icer information and temporary situation information. An indicator is available for each type of information and the operator will be able to easily view this information by using a function key or the mouse to click on the indicator. Once the call type is entered into the call entry form, the system will automatically pre-fill the information which is defaulted based upon the call type. This will include the English translation of the call type in the event that codes are used, the priority of the call and the necessary response level. The priority of the call is determined by the user and is stored in a table that is maintained by the City. Although this default information is displayed, the call taker always has the option to override this information. Once the call is entered into the system by the call taker it will be placed in the dispatchers pending queue based upon the priority of the call and the time that it was entered. Any changes, additions or modifications to the incident will be time stamped and noted in the incident history. 1.5.1 Location Entry The call taker may enter locations in the following formats: premise address, intersection, common place name, directly from ALI, alias street names or true street names with the premise address or by using an alarm number to pre-fill stored information. The system will allow for partial street names to be used to start the location verification process. The system Page 5 will perform a partial key search on the street name and a Soundex search. If an exact match is not found, the system will display alternative choices to the operator. The operator may use the mouse to click on the desired value or may use the arrow keys to scroll through the choices. If a common place name is entered that is in the geofile multiple times, i.e. McDonalds, the operator will also be shown a display of the possible alternatives with some associated information (i.e. area of the City) so that they may chose the correct location. The operator may chose one of these choices or may chose to override the verification process. All events that have an overridden address will be flagged as such so they may be printed out for review. In addition to the location formats described above, PSSI allows for additional information to be appended to the location by using a ";" as a delimiter. This information will not be verified, but will be appended to the verified location and displayed on the status monitor as part of the location. This eliminates the need to search the remarks field for associated remarks, such as "in law apartment at back of house, etc." In addition, the system allows for apartment, building or suite numbers to be input. Once the location is successfully verified, the system will automatically fill in the related geographic data as taken from the geofile. This will include the reporting district, beat, command area, cross-streets, etc. Additional information such as map number, municipality, etc. can also be displayed upon successful geofile verification in the event that this information has been entered into the geofile. 1.5.2 Hot Calls The system provides an emergency function key, which will allow for the quick entry of high priority calls. The call taker need only enter the location and call type and press this function key in order to enter the incident into the system and have it routed to the appropriate dispatcher. After this point, the call taker may continue to enter call information and remarks. As new information is entered into the system, the dispatcher will be notified that new information exists. 1.5.3 HoM Calls The system allows for 3 calls to be in progress at the call taker position at one time. This provides the call taker with the ability to suspend operations on one call in order to process a call of a higher priority. The call taker will use the "next working screen" function key to go to another blank call entry screen in order to process the emergency call. Upon completion of this call, the operator will be presented with the suspended call and not data will be lost. The call taker may use this function key to toggle between the suspended calls that are in the different available working screens. 1.5. 4 Duplicate Incident Detection As the calltaker attempts to enter the call into the system, the system will perform duplicate detection processing and will present the calltaker with a list of possible duplicates of incidents that are in the area of the call being processed. The calltaker has the option to request a display of one of the choices, to cancel the current call entry process, supplement one of the existing calls with’the information entered for the new call or to accept the new call Page 6 into the system. 1.5. 5 lncident Updates The system provides the ability to modify or update the incident at any time. All changes to the incident will be time stamped and will be noted in the history record with the operator id. All changes will be noted in this fashion including call type changes, location changes etc. If the original call information is modified the history record will show the initial and changed data value. The associated dispatcher will be alerted when any new information or modifications have been performed against a call currently under their control The system provides the ability to cancel a pending call or to clear a call already dispatched. 1.5. 6 Flags The system includes 5 separate data files that may be used to store and display information pertaining to a particular address. This information will be signified to the operator by the display of one of these corresponding indicators (DHOTP). The system allows for information to be stored for Hazards (H), Temporary Situations (T), Directions (D), Off-duty officer (O) and Premise (P) information. The premise file may be set to automatically contain a list of the last 13 incidents that have occurred at that address. The required information (standard operating procedures, notifications, etc,) may be placed in one of these files as free- form text. 1.5. 7 Non-Emergency Calls Calls may be entered into the system as ’Tale only" which do not require a dispatch. They will be noted in the database but will not be displayed on the dispatchers status monitor. 1.5.8 Referral Phone Listing The RESPONSE CAD system includes a Help on Phones function, which can be used to store phone numbers or information on certain categories to be accessed by keyword by the operator. This will allow the operator to request a list by using the HC command or the display of a particular record by using the keyword (i.e. HC Captains) 1.5.9 Bulletin lnquiry The system will allow for LOOKOUT information to be entered into a defined form. The operator entering this information may type in the workstations that should receive a copy of this information. The City may use this function to store this type of bulletin information or may send a message to users of a particular position type. For example, a message may be sent to all fire dispatchers, all police dispatchers, all calltakers, etc. 1.5.10 Comments Calltakers may enter an unlimited amount ofremarks for a call. The system will automatically time stamp each entry with the operators id and add it to the incident history record. Page 7 The operator will have separate commands to display the history in reverse or forward chronological order. 1.5.11 Narrative As noted above, an unlirm’ted amount of remarks may be appended to an incident. PSSI is currently developing the functionality to be able to cut and paste from other Windows applications. 1.6 Dispatch Functions 1.6.1 Routing Once the location and call type are entered for a call, the system will automatically display the geographic data, such as command area, which is related to the location in the geofile. The command area is the largest geographical area in the system and is the component that has its own resources and incidents assigned to it. The system will automatically route the incident to the dispatcher that has control over the command area. These command areas may be different for each agency (i.e. police and fire). As with other default values, the calltaker has the ability to override the command area and route the incident to another dispatcher. Each position is signed on as a particular position type (i.e. police dispatcher, fire dispatcher, etc.) The operator will be able to sign on as a different position type. However, a dispatcher may dispatch for both police and fire from the same position at any time, although only the status monitor for the type of position they have signed on as will be dynamically displayed on the status monitor. At the time of call entry, the system will assign a unique incident number based on the agency of the incident type (i.e. police or fire/EMS or sheriff). From this point, the system or the operator may assign a secondary number (case number) which may be a sequential number for each different agency or jurisdiction. The system will allow the calltaker to enter the information for a call only once but create multiple calls if the call type requires a multiple agency response. Duplicate incidents will be created and will be routed to the dispatcher controlling the associated command area. These incidents will be linked to each other and the associated incident number will be displayed in both incident history records. This is an easy way to see the associated incidents by simply viewing the incident history display. The system will also supply the ability to duplicate an existing incident for another agency. After the incident is created the dispatcher will have the ability to assign resources. As these resources are assigned they will appear on the status monitor with the unit id, elapsed time in the current status and incident information. PSSI will display the unit type and a disposition, if any is currently applied to the incident, as a modification to the status monitor software. Page 8 1.6. 2 Case Numbers A secondary number may be assigned to incidents and may be referred to as a case number. The system will support the year 2000 and beyond. 1.6.3 Redirection and Multiple Response As described previously, the system will provide for multiple incidents to be created for a single call entry form, dependant upon the call type. However, PSSI will provide the capability to duplicate an incident or transfer an incident to another dispatcher and link an incident to another agency’s incident. The incidents created for a multiple agency response will be routed to different dispatchers and will appear in the associated police and fire/EMS dispatchers pending queue. 1.6.4 Dispatching The dispatcher will use a single function key to request the display of an incident for dispatch. This display will show the recommended units to be assigned. The operator may dispatch the recommended units by using a single function key or may override the recommendation by typing in the unit ids to be dispatched. The dispatch information will be automatically sent to the appropriate fire station of the equipment being dispatched. This will include the original call entry information as well as any associated information such as hazards, directions, temporary situations, premise information, etc. 1.6.5 Queuing/Timers The entered call will be added to the appropriate dispatchers pending queue. The supervisor may display a pending queue for all command areas for an agency. Timers are assigned to the calls according to the priority of the call. These timer values are assigned default values by the City through tables. The dispatcher will be provided with a visual indicator when this timer value has been exceeded. If the dispatcher wishes, they may wish to defer the call by placing k on hold. This will place the call at the bottom of the pending queue and it will be distinguished visually from the other incidents. This will allow the held call to be skipped over when the function key is used to automatically display the next call in the pending queue to the dispatcher. As described previously, the system has administrative tables, which will allow the City to assign values such as those associated with call types. This will include the amount of time the incident type may be left in an on scene status (officer safety timer) and the default priority and response to be required for that call type (the number and types of units to respond). A pending timer, dispatch timer and enroute timer is based on the priority of the call, the on scene timer is based on the actual event type. The dispatcher has various functions available to reset the officer safety timer, to set the timer to a specified value or to turn offthe timer completely. Page 9 1.6. 6 lncident Message Changes The responsible dispatcher will be automatically notified if any new information has been added to a call or if the incident has been modified. The dispatcher may then wish to request to view the incident history. 1.6. 7 Unit Recommendation The RESPONSE system has a flexible unit recommendation strategy, which meets the needs of various police and fire agencies throughout the country. As descn’bed previously, the system will automatically display a list of the recommended units once the dispatcher requests a display of the incident by using the Next Call function key. The operator may use a single function key to dispatch the recommended units or may type in other units that they wish to send. The unit recommendation is based upon the call type, the units status, geographic location of the call, alarm level. The City may decide during implementation whether they would like the system to display currently unavailable units as part of the recommended units list or only those units that are available at that time. The unit id will be displayed in the current status color. The system does allow for the City to assign the desired response based upon the call type. The operator will have the ability to override the recommended units and type in the units that they wish to send. In addition, for fire/EMS dispatch, the system supports different dispatch algorithms, which will allow the City to determine whether they would like the system to dispatch individual pieces of equipment or whether to initially dispatch the entire fire station. In the event that the station is dispatched, the station identifier will be shown on the status monitor until individual pieces of equipment are then placed enroute to the call and their unit id’s will then be shown on the status monitor. The operator has the ability to update the alarm level of an incident, which will cause the system to recommend the additional units required. In addition to raising the alarm of an incident, the system also provides the ability to request backups, the preempt units, assign backup units, switch the assignment of two units and various other dispatching functions. The command areas associated with a workstation can be changed at any time to change control of the City dynamically. For example, during the day a police dispatcher may control multiple command areas, however on Saturday night, they may be responsible for only one command area. 1.6.8 Freeing Resources The system provides the ability to preempt or clear a unit from a call. The system will change the primary unit to the last unit on the call if that is desired by the City. In addition, the system will allow for the City to determine whether the freeing of the last unit will clear the incident or return it to the pending queue. Currently two personnel ID’s are contained for a police unit and four for a fire/EMS type Page 10 1.6. 9 Final Incident Type Code Recorded The system will document any changes to the incident history in the incident history record. Each change will be time stamped and will be recorded with the operator id. 1.6.10 Self-Initiated Incidents The system allows for self-initiated calls to be entered in two different ways. A self-initiated form is provided which is similar to the call entry form except that it contains a line to enter the units to be assigned. This call entry will follow all normal call entry functions such as location verification and duplicate incident processing. Upon successful entry of the incident, the system will place the designated unit on scene on the call. The second way is to use the self-initiate command fi:om the command line or ~om the MDC, which will allow the operator to specify the unit id, the location, type of call, and license plate to be automatically run through NCIC.. Once the incident is created, the unit will be place on scene on the call automatically and the dispatcher may assign backup or additional units to the call. The operator must follow the specified self-initiated command format when entering the required data. When using the command format, the system will not verify the location. 1.6.11 Unit Reassignment The system will allow for the exchange of units between assignments. 1.6.12 Cancellation of Incident The system provides the ability to cancel a pending call or to clear an active call. In either case, a history ofthe call is recorded in the system and the incident number that was assigned to the call will not be reused. 1.6.13 Miscellaneous Status The system will allow for the City to use different type codes that can be used when a unit is placed out on this type of activity. The system will document this activity as a call for service as other calls are handled. RESPONSE includes a variety of status codes as part of the base system package. PSSI will review these status codes with the City of Palo Alto to determine if additional status codes are necessary. IF they are, PSSI will add these new status codes to the system. L 7 Status Monitors All affected status monitors will be dynamically updated with any incident or unit status change. As described previously, the status monitor display includes multiple display windows for each agency’s status monitor screen. This includes a pending incident queue, available units queue, active incidents queue. Each of these windows may be sized and positioned by the individual operator. If the information to be displayed in that window will not fit, then scroll bars will appear that may be used to view the additional information. The Page 11 number of incidents may be shown in the top line of each monitor window and a time clock may be sized and positioned on the status monitor fi~om Windows. The information on the status monitor will be color coded and grouped to be logically displayed to the operators. In addition to color, other visual indicators are used to indicate the expiration of a timer, primary units, MDT-equipped units, etc. Color codes are used for the different incident priorities, different unit and incident statuses. Incidents not yet reviewed by the dispatcher are in the pending queue but are otherwise not visually different from other pending incidents, also incidents with associated premise data are not shown on the status monitor (the indicator is displayed on the working screen when display is requested), alarm level upgrades are also not shown on the. monitor however, PSSI can add the current alarm level to the current display. 1.7.1 Law Enforcement Status Monitoring The pending incident display shows priority, incident number, incident type, location, time. Available units are shown in the available units status window and are shown in different color codes to distinguish whether they are currently in service or out of service and whether they are uncontrolled or controlled units. Agency type, area of responsibility, resource type, station and miscellaneous comments are not currently shown on the available’units monitor. PSSI will further discuss this request to determine which pieces of data may be shown on the monitor. At this time, PSSI does not feel that adding this information to the display will help the dispatcher because the dispatcher has the ability to click on the unit id to view additional information on the unit including the trait type, etc. without cluttering the status monitor display. Active units are shown in alphabetical order with related information for the call that is currently on. This includes the incident type, location, elapsed time in status, incident number, and priority. The unit will be shown in their associated status color on the monitor. Once again, PSSI will further discuss the status monitor display and the ability to add other pieces of data if the City desires. Upon viewing the base system display and discussing the data elements that may be displayed while preserving the concise and uncluttered layout of the status monitor, PSSI and the City can determine any modifications that may be necessary in this area. 1.7.2 Fire, Rescue and EMS Status Monitoring The Fire/EMS dispatchers status monitor will show pending incidents, available units listed under their station id and in their status color, and active incidents with each assigned unit shown underneath. The ftre/EMS status monitor also includes an out-of-service status monitor window, which will show units in different statuses such as move-ups, available on radio, etc.~ Once again, this status monitor display may be reviewed with the City to determine if any modifications are desired by the City. The system also provides an enroute to hospital status and arrived at hospital status codes, which can be tracked in the system. Some existing customers will enter hospitals as station ids so that they will show on the status monitor. PSSI can then provide the City with a means Page 12 to place this hospital "out of service" or unavailable to show that they are full or some other status associated. The operator may also use the status.monitor to perform certain functions. For example, the operator may click on the status monitor to request a display of an incident or unit record. The mouse may also be used to change the status of units or dispatch units directly ~om the status monitor. 1.7. 3 Other Status Monitor Features The system currently allows the individual operator to determine what command area they would like to have associated incidents and units shown for on their display. These command areas will be corresponding to geographic area and agency. PSSI can disable this selection process if that is desired by the City and have the dispatcher display default to only the command areas, which they have responsibility for. Dispatchers will have the ability to dispatch for other areas, ’and supervisors can have the ability to view all command areas for an agency on their status monitor. 1.8 Supervisor Functions The supervisor position will have the ability to perform full calltaker and dispatcher functions based upon their individual security as defined in the system. The supervisor may also display all command areas for a particular agency on their status monitor in order to see the total number of pending incidents or the overall activity for the units. In addition, the supervisor and other authorized users have the ability to use CAD commands to query incident and unit information and unit status information. These queries will pro~de a snapshot of activity in a particular area. At this time, System errors, such as failures in communications line are logged on the system console. L9 Geographic Database Functions PSSI will perform the conversion and loading of geographic data provided in an ASCII format. 1.10 System Inquiry 1.10.1 Generalized File Retrieval and Update Capability The user will have a variety of query functions to query and display information ~om the CAD system. However, a separate records server has been proposed where the CAD incident information will be transferred in real time and down loaded into a relational database. This will be the Microsoft SQL Server database. The City will then have complete access to this data for reporting and querying. PSSI will provide a group of standard reports as part of the proposed package. These Calls for Service reports will provide statistical analysis against the CAD data. In addition, an ad-hoc report writing tool will be provided which will allow the Page 13 City to easily create and store ad-hoc queries and reports. 1.10.2 Unit HiStory Inquiry The system will maintain a detailed unit history record for each unit in the system that is active. Each action taken against the unit will be time stamped and appended to the history log with the operator id. This unit history record may be requested via the unit history query command. This function, as well as other CAD functions, can be performed by any authorized user based upon the security that is assigned to their individual operator ID and workstation ID. This is the case for local andremote operators and workstations. Operators will also have the ability to print CAD information. 1.10.3 Premise History Inquiry The system supports multiple data files to hold premise information for a location. As described previously separate files are provided for Temporary Situations, premise information, off-duty officer data, hazard information and directions. The premise file will automatic display the last 13 incidents that have occurred at a location.. The summary display will be shown to the calltaker or dispatcher when the icon is displayed and the information is requested. The other files will hold See form text information which may include whatever the City wishes to input. The temporary situations file has a purge data where the operator may designate the date when the information is no longer pertinent, if any. Then a purge process is provided to purge out the expired information. This information may be entered for an exact address. However, hazard information may be displayed for addresses in a larger range (block) because the fire personnel may wish to be notified of hazardous materials that are next door to their incident location. 1.10. 4 Miscellaneous Inquiries An inquiry capability is available to show a smmmry of pending incidents. In addition, the operator may view the unit history to see the personnel assigned to the unit. 1.10. 5 Ad Hoc Inquiry The system will utilize the Microsoft SQL Server database and as described previously, an ad-hoc report writer will be provided to aid in the query and report writing by the City. PSSI will also supply a module of standard Calls for Service statistical reports. The operator will have the option to print these reports or view on the screen. L ll Other Functional Requirements 1.11.1 Security Control Security on the CAD system is based upon individual operator ID and workstation ID. Each command in the CAD system is assigned to a command group. These command groups will contain multiple commands of a certain type. Individual operators are then granted access to certain command groups or workstations can be denied access to these command areas. Page 14 Each individual operator will have an associated password in order to sign onto the CAD system. At this time, the security for that operator and workstation will be provided to the operator upon successful sign on. Therefore, restriction to supervisor functions can be provided by placing them in a separate command group and only granting access to this group to certain individuals or to certain workstations. In addition, certain stations may be denied access by denying access to certain command groups to these workstations. The base system does not provide periodic security checks (half-hour), account expiration dates, log in time restrictions or a user defined number of incorrect login attempts. The system does support the ability to change their password, required passwords restricting actions by station (workstation), auditing of user login and logout to the system history file and limiting the user sign on to one terminal concurrently. The security is maintained in the Administrative Subsystem of the CAD system, which requires separate access by authorized operators. 1.11.2 Dynamic Beat Pattern Support The proposed system will support the ability to redefine the distribution of dispatchers and areas of responsibility by changing the command areas to be assigned to a particular workstation. 1.11.3 On-line Update for Unit Recommendation Table The unit recommendation tables may be updated and maintained through the Adminigtrative subsystem of the CAD system and may be performed by any authorized personnel. This subsystem will support multiple levels of access for each module in the subsystem. For example, the geographic module and unit recommendation module may be granted separate levels of access (read only, no access, etc.) for different operators. 1.11.4 Hydrant Location File The system will support a hydrant file where out of service hydrants may be noted with associated hydrant inquiry commands. The hydrant search command will show the out of service hydrants for the entered date range. IF this functionality does not meet the current needs of the City, PSSI will further discuss the functionality to design modifications that may be necessary. 1.11.5 Hazardous Location File As described previously, the proposed system supports multiple files to store premise related information. One of these files is a hazards file. When the incident location is entered by the calltaker and verified and when the dispatcher displays the call for dispatch, the associated indicators will be displayed. An ’H’ will be displayed if hazards are entered for a location. The proposed system uses Windows NT at the client end, supporting windows-based applications at that end. Therefore, any other windows-based applications may run concurrently with the CAD application software. Page 15 1.11.6 Personnel File This function was eliminated during the negotiations meetings. PSSI does not need to provide this element. 1.11.7 Backfill Event Processing The system providesthe ability to enter catch-up calls in the event that the system has been down for any reason~ This information will be input manually by the City operators who are authorized to perform this function. 1.12 Reports 1.12.1 Special Report Generating Capability As described previously, PSSI has proposed a report writing tool, which can be used to access the data, which has been transferred to the records server. This data will be stored in a SQL Server database and will be available for access via SQL queries. 1.12.2 Incident Hot Log The system does not routinely print each step of a calls life cycle (logging printer) because this is not necessary in the event of a system failure. Since the proposed system operates in a client-server environment with distributed processing, all unit and incident histories are loaded on the client end. Therefore, in the event of a server failure, the operator will be able to click on the status monitor to see the latest unit and incident information and there is no need for a logging printer to tear the hardcopy off. 1.12.3 Resource Status Update Log See 1.12.2 above 1.12.4 Fire Run Tickets The system will automatically print the dispatch information on the fire station printer with associated premise information (hazards, premise, etc.) 1.12.5 Resource Schedule Report The system supports a squad activation file, which will show the units for a shift and their assigned information such as personnel, equipment, etc. 2.0 Support Services PSSI will provide software support for the CAD application software. After the warranty period (1 year l~om acceptance) PSSI assumes that the City will enter into a maintenance agreement with PSSI. Page 16 Hardware The Hewlett-Packard hardware would be quoted with a 12-month warranty from the date of installation. We propose I-[P’s SuccessLine Priority Plus Support providing support 24 hours a day, 7 days a week, with a response time of 4 hours or less. The City has opted to purchase it’s own workstation hardware through it’s government contracts. Normal hardware warranties will apply. Software PSSI’s warranty agreement provides unlirm’ted applications software/interface software support for 12 months following system acceptance. PSSI will provide the correction of reproducible software errors and enhancements released during the warranty period. Upon the expiration ofthe warranty period, PSSI expects that the City of Palo Alto will enter into a support agreement directly with PSSI for on going CAD system maintenance. PSSI will ensure that adequate support is provided during software upgrades, or similar situations. PSSI provides support for CAD users on a 24-hour basis, 7 days a week, 365 days a year. Unlimited telephone and dial up modem support is provided, and PSSI will be on-site as necessary. A modem is proposed for remote diagnostics. It is PSSI’s intention ~hat the modem will be located at Palo Alto, and PSSI will perform the remote diagnostics from their office in Lanham, Maryland. User Group PSSI is activelyinvolved with its nationwide User Group. The group meets at least once a year to discuss system enhancements, modifications, suggestions and public safety issues, in general. PSSI’s User Group plays a key role in determining what enhancements and software modifications will be included in new releases. In addition, the Group provides input to PSSI about new products and technologies that they would like to see offered by the Company. PSSI is dedicated to providing open communications with its customer base. In addition to continual phone support, we also keep our customers informed by inviting them to trade shows and by distributing a quarterly newsletter. 2.2 Source Code The source code for the system will be delivered to the City as part of the base package. This source code is proprietary in nature and the City should understand that it is to be used solely by the City and is not to be reproduced or distributed in any way. 2.3 Program Product Update Releases As part of the standard maintenance contract, PSSI will provide releases of the CAD software to all users free of charge. These new versions of software will be updated and installed on a periodic basis and will help keep all of our customers running on the same software and greatly facilitates the software support function. Page 17 2.4 Information Services PSSI will act as prime contractor to supply the software, hardware and services to implement the public safety software solution to the City of Palo Alto. As part of this project, PSSI will perform the functions necessary to provide this functionality outlined. PSSI will convert the geofile data as supplied by the City in an ASCII format as part of the base system price. PSSI will also assist the City with other project-related duties as they affect the successful implementation of this system. 3.0 Training PSSI will provide two weeks of end user training for a total of twenty (20) people for the CAD system. CAD manuals will be provided for the City prior to the training period. Public Safety Systems Incorporated has a prime track record in the public safety community of providing solid, proven systems as well as complete customer training (and follow-up training, if required) along with on-going customer support. Our Training Coordinator will work with the City of Palo Alto to outline a training schedule tailored for the individual site- specific needs. The following is a general description of the training methodology utilized by PSSI and an example outline of the training classes that are provided as part of the system implementation. The following is the methodology to be followed during the Training Phase of the project outlined in our General Project Implementation Plan. These options will be discussed and an actual training plan will be provided to Palo Alto. The PSSI Training Coordinator will be responsible for ensuring that all documentation and training needs of the customer are met per the specifications outlined in the proposal. The Training Coordinator will work with the City of Palo Alto to outline a training schedule that will be tailored to meet each customer’s environment. Hardware Training, System Administrative Training, and End-User Training for CAD will be provided as required. Training for RMS will also be provided, should the City purchase this system. The proposed training program is designed to provide complete familiarization with the systems functionality. Operators will receive both formal classroom training and "hands on" lab experience where scenarios are used and a CAD system tutorial simulates radio dispatch situations. PSSI stresses the "hands-on" approach and a limit of participants in each training session in order to guarantee each operator with the experience necessary to become both familiar and comfortable with the software. Operators who attend the End-User Training will also be provided with functional documentation. In addition to meeting the initial training needs, PSSI meets the City ofPalo Alto’s future needs by providing a separate "Training System." This system is a duplication of the production CAD system and will be resident on the backup CPU. Training workstations may be setup to access this training system and therefore provide the operators with a ’Seal-life" environment tailored to their unique site without conflicting with operations of the production system. The Palo Alto trainers may utilize this system for future training needs of new employees or follow-up training for current employees. PSSI also offers follow-up training if this is desired. If the City of Palo Alto requires additional training than what is provided as part of the proposed price, PSSI will provide the associated cost. Page 18 CAD END-USER TRAINING WHO:The City of Palo Alto will designate a select group of individuals who attend the training for the Palo Alto staff. Because of the "hands on" experience, which is necessary to become fully familiar with the software functionality, this session should be limited to the maximum of workstations available. WHEN: WHERE: LENGTH: The CAD End-User training will be scheduled after the completion of the file building process. This will allow all operators to be trained using familiar data. The PSSI Training Coordinator will be onsite to perform all End-User application software training. The City will be responsible for providing a "training room" where PSSI will be able to setup training workstations to be used by the operators. Approximately 5 days/40 hours for combined Calltaking/Dispatching functions. The PSSI Project Manager will alter this training plan during the project design phase if that is necessary. DESCRIPTION:The PSSI Training Coordinator will cover all aspects of the systems functionality in depth .to ensure complete familiarization with the features provided by the software. The City ofPalo Alto’s trainers will be trained on bothcall-taking and dispatching functions. Formal classroom training will be complimented with "hands-on" experience. PSSI also utilizes a CAD system tutorial, which simulates radio dispatch operations and "tests" the operator on the familiarization of the commands necessary to perform the requested action. This unique approach to training will provide the Palo Alto personnel with a more accurate portrayal of the environment in which the system will be operated and will instill a higher level ofcontidence in the users. Each participant in the training class will receive a CAD functionality manual providing an in- depth description of all of the features contained in the system Page 19 ICIS RMS END-USER TRAINING WHO:The City of Palo Alto will designate a select group of individuals who will be responsible for the training of the overall Palo Alto staff. However, if the number of RMS users is relatively small, the City of Palo Alto may prefer that PSSI train all end-users. Because of the "hands on" experience, which is necessary to become fully familiar with the software functionality, this session should be limited to the maximum number of workstations available. WHEN:The RMS End-User training will be scheduled after the completion of any data conversion requirements. This will allow all operators to train using familiar data. If no data was converted, the PSSI Trainer will have "sample" data loaded for training purposes. WHERE:The PSSI RMS Trainer will be onsite to perform all End-User application software training. The City of Palo Alto will be responsible for providing a "training room," where PSSI will be able to setup training workstations to be used by the operators. LENGTH:Approximately 3 days for functions if all modules are implemented. DESCRIPTION:The PSSI Training Coordinator will cover all aspects of the systems functionality in depth to ensure complete familiarization to the features provided by the software. The Palo Alto personnel will be trainedon data emry, editing and inquiry capabilities. Formal classroom training will be complimented with "hands-oN’ experience. Each participant in the training class will receive a RMS manual providing an in-depth description of all of the functionality contained in the system. Page 20 CAD ADMINISTRATIVE TRAINING WHO:The City of Palo Alto will designate a select group of individuals who will be responsible for the administrative/supervisory functions and maintenance of the CAD system. Because of the "hands on" experience, which is necessary to become fully familiar with the software functionality, this session should be limited to the number of workstations available. WHEN: WHERE: LENGTH: DESCRIPTION: The CAD administrative traini~.g will be scheduled after the completion of Hardware/Software Installation Phase outlined in the General Implementation Plan. The PSSI Administrative Trainer will be onsite to perform the CAD Admires" trative application software training. The City of Palo Alto will be responsible for providing a "training room," where PSSI will be able to setup training workstations to be used by .the operators. Approximately 2-3 days. A technical staff member assigned to the project will conduct the CAD Administrative Training. This trainer will cover all aspects of the administrative systems functionality in depth to ensure complete familiarization to the features provided in the administrative subsystem of the CAD system. The personnel attending this training class will learn how to enter and maintain the critical tables and flag setting which drive CAD functionality in addition to other administrative features such as security, validating Geobase information, and inputting data such as premise, hazards, etc. Formal classroom training will be eomplirfiented with "hands-on" experience. Each participant in the training class will receive a CAD functionality manual providing an in-depth description of all of the features contained in the system. Page 21 RMS ADMINISTRATIVE TRAINING WHO: WHEN: WHERE: LENGTH: DESCRIPTION: The City of Palo Alto will designate a select group of individuals who will be responsible for the administrative/supervisory functions and maintenance of the RMS system. The RMS Administrative training will be scheduled after the completion Hardware/Software Installation Phase outlined in the Project Plan. This training may be done in parallel to or subsequent to RMS End-User Training dependent upon the participants involved in each. The PSSI Administrative Trainer will be,onsite to perform the CAD Administrative application software training. The City of Palo Alto will be responsible for providing a "training room," where PSSI will be.able to setup training workstations to be used by the operators. Approximately 1-2 days. A technical staff member assigned to the project will conduct the RMS Administrative Training. This trainer will cover all aspects of the systems functionality in depth to ensure complete familiarization with the administrative tables and functions of the RMS system. Administrative functions, such as security, etc. will be covered in this session. In addition, both the standard reports and the ad-hoc report- writer tool will be covered so that the operators will be able to customize reports to meet the City’s individual and future needs. Formal classroom training will be complimented with "hands-on" experience. Each participant in the training class will receive a CAD functionality manual providing an in-depth description of all of the features contained in the system. Page 22 HARDWARE/SYSTEM SOFTWARE TRAINING WHO: WHEN: WHERE: The City of Palo Alto will designate a select group of individuals who wi~ be respons~le for the maintenance of the CAD system. Hewlett- Packard recommends that one person be trained as system operator and another as system manager. The Hardware/System Software Training will be scheduled after the completion Hardware/Software Installation Phase outlined in the General Implementation Plan. The individuals selected for the Hardware/System Software training class will travel to .the nearest Hewlett-Packard office offering the proposed class. LENGTH:System Manager Training - 3 -4 days Operator Training - 3-4 days DESCRIPTION:A Hewlett-Packard representative will conduct the Hardware/Software Training class. The purpose of this class is to familianz" e the individuals with the operation of the proposed hardware. In addition to the hardware features, the personnel will be trained on the proposed operating system basic functions. Some of the topics covered include: Creating text fies Introduction to file structure Using system peripherals System failure and recovery System startup and shutdown Disc management System backup and data recovery_ File management Troubleshooting and system recovery Data communication Documentation pertaining to the hardware and proposed operating system will be included when the equipment is delivered to the City of Palo Alto. Page 23 4. 0 Documentation PSSI will provide copies of the RESPONSE CAD User Manual to each participant in the training class. This manual contains a description of all available CAD functions and features and a description of each of the position types available to the users. The source code provided to the City will include program documentation throughout code. 5.0 Installation and Implementation PSSI’s past experience in the design, implementation and support of Computer Aided Dispatch (CAD) and Records Management Systems (RMS) has established an outline for project implementation which includes the org .anizing of project tasks and responsibilities into several steps or phases. The following is an outline of these phases along with some of the tasks and/or responsibilities associated with them: Contract Award/Sign Phase PSSI considers this the beginning of the project and the first phase in~ the project implementation plan. Upon the award of the contract, PSSI will enter into contract negotiations with the City of Palo Alto. This phase includes all activity necessary by both parties to conclude with a signed contract. The length of this phase of the project will vary depending on the amount of negotiations required and the schedules of the City ofPalo Alto’s resources. Contract signing will be considered the beginning of the project schedule, and therefore, all time estimates and ranges are based upon the contract sign date. Hardware/Software Design and Review Phase- Upon contract signing, PSSI management will make the appropriate personnel assignments to the project, starting with the Project Manager. The Project Manager will be the primary contact and leader throughout the project. The project team will then begin taking the steps towards project implementation by following the remaimn" g phases of this project implementation plan. This phase of the project includes the activities necessary to realize several key milestones: Hardware Configuration Review Prior to placing the hardware order, PSSI and the City of Palo Alto will review the configuration details. This is to react to changes in the industry that may result in modifications to the hardware/software outlined in the proposal. Software Design Review PSSI and the City will conduct a session to evaluate the specific needs of the project. Both parties will review, in detail, the proposal submitted by PSSI and discuss the Page 24 implememation issues and/or modifications required. Once the PSSI base product functionality and modifications that were specified in the proposal are reviewed, other issues will be addressed. These include such items as dispatch algorithms, color definitions and various flag settings that should be implemented to best suit the individual site’s needs and preferences. Other issues to be addressed include specific external interface requirements, etc. PSSI technical personnel will be present on site at the City of Palo Alto to conduct this review session. This design review will be a minimum of 3 - 5 days, however the actual length will vary based upon the amount of modification necessary for the specific implementation and the number and complexity of external interfaces required. After the hardware and software review sessiom, several functions will be performed. Palo Alto will place the hardware order through PSSI. The hardware will arrive approximately 12 - 16 weeks after the order has been placed. In addition, the PSSI Project Manager will adjust the proposed project implementation plan and schedule if that is necessary. PSSI will then present a final project plan and schedule to the City of Palo Alto. Software Preparation Phase This phase of the project includes the following ongoing tasks: CAD/RMS Software Preparation During this phase, the dedicated PSSI technical staffwill perform the modifications necessary to implement the functionality as outlined during the design review sessions. This phase of the project includes programming modifications for the RESPONSE CAD and/or FIRES records systems. Dependent on the actual project implementation schedule for the particular site, these efforts may run in parallel or back-to-back (in the event of a phased implementation approach.) Interface Software Preparation The PSSI technical staff assigned to the project will begin preparation of custom (if required) software and/or modifications to base software necessary to implement the external interfaces as defined in the design review Sessions. The City will be required to provide the specifications and support necessary to the technical staff to implement the required interfaces, including transport protocol, record formats, etc. Once again, dependent on the specific project implementation schedule for the particular site, these efforts may run in parallel or back-to-back to the CAD and/or RMS software preparation in the event of a phased implementation approach. George Preparation/Conversion Approximately three weeks before hardware delivery, PSSI will perform-conversion of data supplied by or purchased by the City for the CAD Geofile. This data must be provided in a standard ASCII fixed-length record format and include a copy of the record layout or a mutually agreed upon format. Page 25 Although PSSI will convert such supplied data, PSSI is not responsible for the integrity and/or content of the data. If data is supplied that is not utilized by the PSSI CAD Geofile then it will not be converted. Conversely, if data is required by the PSSI CAD Geofile that is not included in this source, ,then it is the responsibility of the City of Pal0 Alto to manually enter or otherwise supply such information. At the conclusion of this phase of the project, the proposed software will be ready for installation, testing and training. The majority of the software preparation will be conducted in the PSSI home office, however PSSI technical personnel will require assistance and information from Palo Alto personnel to ensure the desired functionality. The length of this phase of the project will vary substantially dependent on the products to be implemented, the amount of software modifications to be performed, the number and complexity of external interfaces to be implemented and the integrity of the Geofile data supplied. The proposed project implementation schedule for the City of Palo Alto will provide a more detailed time frame for this phase. Hardware/Software Installation Phase Upon the successful completion of the design and modification phases, the PSSI project team will be ready to install the hardware and software to be tested. Hewlett-Packard will perform the official site preparation assuring that the computer room is ready for the hardware delivery and setup. If the site is not acceptable, additional time may be required for any site preparation to be performed by the City of Palo Alto. Once the site is acceptable, tasks will be performed in the following steps: Hardware Installation The hardware and HP software will be completed by Hewlett-Packard technical personnel. Hardware diagnostics will--be performed to verify the functioning of the system. CAD and!or RMS workstations may be installed at this time and on an on- going basis. Software Installation PSSI technical personnel assigned to the project will install the application software. This will include the CAD and/or RMS software. The Administrative Training (as described in the Training Phase below) and Administrative File building will be performed at this time. The software necessary, to implement the external interfaces (if required) will be prepared at this time and will be installed prior to End User t~’aining. The hardware and software installation will last at least one week and PSSI personnel will be on site to perform these functions. Additional time may be required dependent on the software requirements for the particular implementation. Page 26 Testing Phase This phase of the project entails a variety of tasks that will occur over various time ~ames. These include: , Application Software Testing Upon completion of administration table building, PSSI will install and test the PSSI application software. This is to certify the correct functioning of all-base software and site-specific modifications that were performed. Application software testing on the CAD/RMS systems will be performed prior to the End-User training. Interface Software Testing In addition to the CAD and RMS software, the software necessary to implement external interfaces will be installed and tested at this time. All external data links must be in place prior to PSSI coming on site to perform system interface testing. The time dedicated to software testing will vary ~om site to site dependent upon the number of external interfaces to be implemented. Training Phase The PSSI Training Coordinator will be responsible for ensuring that all documentation and tr, aining needs of the City of Palo Alto are met per the specifications outlined. The training phase may overlap several of the other implementation phases because training is needed on different pieces of the total system at different times. However, this phase will include the following training: Hardware/System Software Training The City will designate two or three individuals to attend the proposed system software training classes. These will be conducted at the closest Hewlett-Packard office offering the classes proposed. This training will be performed upon successful installation of the hardware. Administrative Trainin~ PSSI will conduct administrative training for Palo Alto personnel designated to set up the administrative sub-systems of the CAD and/or RMS systems. During this session, PSSI will provide detailed training on building call types and code tables, validating Geobase information and inputting of data such as premise information, hazard information, etc. This training will last approximately 3 days and will be conducted by a technical staff member assigned to the project. At the conclusion of the administrative training, Palo Alto personnel should begin the Page 27 inputting of data as outlined during this phase. The length oft~e dedicated to this task will be dependent upon the number of City personnel allo~,~,~ed to the input of this data. This data should be input before the End-User training commences so that the operators may train using familiar data. At the conclusion of this file building process, PSSI recommends that the City back up the table data and send it to the PSSI office. At this time, the technical personnel assigned to the project will review the table data and perform a table/Geobase check. After successful completion of this table/Geobase check, the PSSI Training Coordinator will then work with the City to schedule the End User training. End-User Training PSSI will provide two weeks of end user training for a total of twenty (20) people for the CAD system. CAD manuals will be provided for the City prior to the training period. The PSSI training program is designed to provide complete familiarization with the systems functionality. Operators will receive both formal classroom training and "hands-on" lab experience where "real-life" scenarios are used and a CAD system tutorial simulates radio dispatch operations. In addition to the initial training provided with the proposal and implementation of the system, PSSI offers follow-up training for the City’s future needs. PSSI’s Training Coordinator will work with the City to outline a training schedule tailored for Palo Alto’s environment and based upon the specifications outlined in the proposal. The PSSI Training Coordinator will be on site to perform all end-user application software training. In addition to meeting the training needs of Palo Alto, this phase of the project will also include the development of the necessary training documentation. Each operator attending the training will receive a training manual (i.e. CAD functionality manual). Additional copies may also be purchased. The time necessary to conduct this phase of the project will vary greatly dependent upon the actual training and documentation requirements of the specific agency. System Cut-over and Acceptance Phase The successful completion of this testing phase will signify the availability of the system to "go live." The City of Palo Alto and PSSI will target a mutually agreed upon date and time of low activity to place the system into "live" operation. This cutover should take place immediately after the completion of End-User training so that the operators will be freshly trained and best prepared for the transition. PSSI personnel will be present on site to help the City during this transition phase. Upon the system being placed into "live" operation; the System acceptance period will begin. The purpose of this period is to demonstrate the operation of the system for an agreed upon time frame (generally 30 days) and meeting pre-defined system availability requirements. Page 28 Upon successful completion of this acceptance period, PSSI will consider the system accepted and final payment will be expected. Warranty and Maintenance Phase The original technical personnel assigned to the project will support the system until the successful completion of the system acceptance period. At this time, when all project. requirements have been fulfilled by PSSI, customer service personnel will take over maintenance of the system. After successful completion of the software acceptance period, the 12-month software warranty period will commence. During this time frame, PSSI will provide support for the RESPONSE CAD system including: 24-hour phone line, unliml"ted phone consultation, bug fixes free of charge and upgrades to new PSSI application software versions that are released. Records Management System users are provided support during normal business hours. 6.0 Acceptance Testing Criteria 6.1 Module Acceptance PSSI will conduct software testing on each software package and additional functionality as it is installed. Upon installation of the system software and End-User Training, PSSI technical personnel will correct any reported software bugs. At that point, PSSI and the City will jointly target a "live" date on which the system will begin to be used in a live operational environment. The following 30 days will be considered an Acceptance test period for successful operation of the system and demonstrated system reliability. The system will be considered as accepted after this period and final payment will be expected. 6.2 Hardware Acceptance As the hardware is installed and diagnostics are performed, PSSI will demonstrate the successful operation to the City and the City will accept the hardware at that point. Hardware warranty will then begin. 6.3 Final Acceptance PSSI proposes that Final Acceptance be granted after the 30 day acceptance period as outlined in section 6.1. 7.0 System Environment 7.1 Hardware The proposed system utilizes PC’s as workstations. These client workstations will be running the Windows NT operating system and will be connected to the Windows NT server via a LAN. PSSI has proposed 2 17" monitors for each position. This will allow for a working screen and a status monitor to be at each position. The City will be able to use each position for Page 29 calltaking, dispatching or as a combined calltaking/dispatch position. Although PSSI has proposed 6 workstations for the calltaking/dispatch/supervisor operations, the system is easily expandable to meet the growing needs of the City. PSSI will provide an UPS for backup power for the CAD servers. 7.2 Local Area Network The system will use a LAN configuration. The proposed system will also utilize the Microsoft SQL Server relational database. An ad-hoc report writer will be provided as well as a set of standard Calls for Service Statistical reports (for the price noted in the cost section) to meet the reporting needs of the City. 7.3 Windows PSSI recognizes the market trend towards Windows-based applications and the City’s preference for such. Since the workstations are running Windows NT at the workstation level, the operator will have the ability to run other windows-based applications on this workstation and switch easily between them. 8.0 Community Policing The proposed CAD system does allow for multi-jurisdictional and multi-agency dispatch as well as the handling of telephone reports or file-only type non-emergency call, flexible resource recommendation strategy that is maintained by the user, comprehensive information provided to the officers in the field (via MDC, all related premise information, etc.), and statistical reports to track the time for each status of the incident process. All of these features will help the City with their Community policy strategy and procedures. Page 30 EXHIBIT "B" PAYMENT SCHEDULE EXHIBIT "B" page 1 pa,yment Schedule for Polo Alto, California Hardware 1 1 l 1 I Dcscdt~tioa Records Server Redundancy Switch Netclock Network/LAN Hardware UPS for CAD Se~’er and PCs Cabling and hookup of workstations PHce 5;’2_8,242.00 $9,500.00 $3,575.00 5;I 0,000.00 $3,000.OO $3,000.00 Sof~,vare Contract Signing (10%) This payment is due upon contra~t signing and covers any in[tia~ costs that are associated vdt, h the project. $29,050.00 Sofnvare Installation (10%) This payment is due upon completion of the installation of the CAD software, PSSI will ensure successfully in~tallatlon and operation of the software. $29~050.00 Admin Training (10%) This payment is due upon ompletidn of tile System Administrator training. The Admin trairdng will. provide the Cit3"s System Administrator with all the tools to operate the PSSI CAD system. $29,050,00 User Training (15%) This payment is due upon completion of the two-week end user training session. The end user training will instruct all twenty (20) users on the funclionality of the system. The PSSI trainer will be hand to instruct the users and answer all questions regarding the system. Functionality Test Approval (15%) This payment is due upon City sign-offofthe functionality test. PSSI will be on-site to implement the test and ensttre that the system is fully operable. 5;43,575.00 $43,575.00 EXHIBIT "B" page 2 Live Date (10%) This payment is due on the date that the system is put in "live" or real time operation. Several PSSI repre- sentatives will be on site to provide instruction and support to the City during this time. Final Acceptance (30%) This payment is due within thirty (30) days from the date of final acceptance. $29,050.00 $87,150.00 EXHIBIT "C" RFP No. 99680 POLICE DEPARTMENT COMMUNICATIONS DIVISION COMPUTER AIDED DISPATCH SYSTEM REQUEST FOR PROPOSAL (RFP) # 99680 RFP CLOSES 3:00 P.M. TUESDAY, SEPTEMBER 16, 1997 -ISSUED AUGUST 6, 1997- PART I -TITLE PAGE CITY of PALO ALTO Administrative Services Department Contract Administration First Floor, Civic Center 250 Hamilton Avenue Palo Alto. CA 94301 P.O. Box 10250 Palo Alto, CA 94303 REQUEST FOR PROPOSAL (RFP) I DATE: August 6, 1997 RFP NUMBER:99680 I The City of Palo Alto, Contract Administration, request a proposal in the behalf of Police Department, Communications Division for: TITLE:COMPUTER AIDED DISPATCH SYSTEM ,DESCRIPTION of PROJECT: Automated computer aided dispatch system, including all incidental and related work and services as required by the Scope. of Work under PART II herein. The SCOPE OF WORK OR SERVICES herein describes the scope of the project, the results expected, and the requirements of the Proposer or Contractor. DEPARTMENT REQUESTING: Police Department Communications Division Project Manager: Phone: John Bush (415) 329-2498 PROPOSAL OPENING: 3:00 P.M., TUESDAY,= SEPTEMBER 16, 1997 CiTY of PALO ALTO: RFP 99680 RFP SECTION 1- Page PART I - RFP COVER LETTER CITY OF PALO ALTO PRE-PROPOSAL CONFERENCE INFORMATION: Under PART III, I. Instructions, section B. PRE-PROPOSAL CONFERENCE INFORMATION, A NON MANDATORY PRE-PROPOSAL CONFERENCE IS SCHEDULED for this project. The conference will be held Thursday, August 14, 1997, from 9:00 AM. To 12:00 Noon, in the Council Chambers, City Hall, 250 Hamilton Avenue, Palo Alto, CA. PROPOSAL DOCUMENTS AVAILABLE: Purchasing & Contract Administration 1st Floor, Civic Center 250 Hamilton Avenue Palo Alto, CA 94301 PROPOSAL REQUIREMENTS: The Proposer shall respond to all requirements in accordance with the terms& conditions, detailed information regarding the scope of project requirements, description and all schedules of PARTS I, II, & III herein. The Proposer shall be required to: (a) (b) (c) (d) (e) (f) (g) (h) agree with terms and conditions of the Agreement; provide reports, plans, designs, and costs in accordance with the Proposal documents; be licensed with the State of California as required (or if required) by this Project; give experience and financial qualifications; sign Proposal; be knowledgeable of applicable California and federal laws and regulations and local ordinances; be able to meet insurance requiremer~ts, if required; and meet any other requirements as specified. OTHER REQUIREMENTS: Proposers responding to this RFP are required to submit with their RFP all of the requirements included in the Scope of Work orServices and those of Part III, Instructions, and Specia/Conditions herein. CITY of PALO ALTO: RFP 99680 RFP SECTION 1- Page 2 PART I - RFP COVER LETTER CITY OF PALO ALTO THE PROPOSAL AND ANY ACCOMPANYING DOCUMENTS SHALL BE SUBMITTED IN A SEALED ENVELOPE MARKED AS FOLLOWS: "PROPOSAL TITLE" COMPUTER AIDED DISPATCH SYSTEM - RFP # 99680 COMPANY NAME (address must appear on outside of envelope)" PROPOSALS TO BE DELIVERED TO: CITY OF PALO ALTO Contract Administration Civic Center, First Floor 250 Hamilton Avenue Palo Alto, CA 94301 or P.O. Box 10:250 Palo Alto, 94303 TABLE OF CONTENTS: PART I -Cover Letter - Table of Contents - Directory PART II -Sco.,pe of Work or, Services Computer Aided Dispatch System PART III -RFP Instructions and Form Requirements Instructions A. B. C. D. Instructions to Proposers Pre-proposal Conference Info.rmation Submittal Requirements Proposer Selection Process Special Conditions Form Requirements 305 310 410 420 650 Signature Pages Acknowledgment of Addendum Certification of Non-Discrimination Experience and Financial Qualifications Insurance Certificate Requirements CITY of PALO ALTO: RFP 99680 RFP SECTION 1- Page 3 PART III - INSTRUCTIONS AND FORMS CITY OF PALO ALTO - RFP ~ CITY CONTACTS: Project Manager: Phone: John Bush (415) 329-2498 ADDRESS FOR PROPOSAL OR WORK RELATED INFORMATION: Purchasing & Contract Administration 1st Floor, Civic Center 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 ISSUED BY AND CONTACT FOR PROCEDURAL INFORMATION: Fernando Velez Contract Administration City of Palo Alto Civic Center, First Floor Phone:415.329-2460 Fax:415-329-2468 Award and execution of the Contract shall be as described in the Request for Proposal documents. THE SELECTION CRITERIA as determined by the Project Manager and as described herein will be the basis for determining the "lowest responsible proposer". Prices and total shall include all applicable taxes. If errors in extensions and totals exist, the written unit rate with corrected extension and total shall prevail and will be considered as the actual base bid proposal amount. PROPOSER’S SIGNATURE IN PART III, SECTION 305 (HEREIN) CONSTITUTESAN AGREEMENTTO THE TERMS AND CONDITIONS OF THIS SECTION (PART II, SECTION 300) END OF SECTION CITY OF PALO ALTO - RFP 99680 INSTRUCTIONS PAGE 1 POLICE DEPARTMENT COMMUNICATIONS DIVISION COMPUTER AIDED DISPATCH SYSTEM- REQUEST FOR PROPOSAL (RFP) # 99680 PART II SCOPE of WORK or SERVICES CITY OF PALO ALTO PART II - SCOPE OF WORK OR SERVICES REQUEST FOR PROPOSAL FOR A COMPUTER AIDED DISPATCH SYSTEM CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES TECHNICAL SPECIFICATIONS .............................................1 COMPUTER AIDED DISPATCH FUNCTIONAL REQUIREMENTS .........1 1.1 Overview ...................................................... 1.2 CAD General Features ............................................1 1.2.1 Complete System ..........................................1 1.2.2 State-of-the-An .........i ..........." ......................2 1.2.3 Speed ...................................................2 1.2.4 Open System .............................................2 1.2.5 Continuous Processing ......................................2 1.2.6 Windows ...................... ...........’ ................2 1.2.7 System Availability During Backup ............................3 1.3 CAD Integration ................................................3 1.3.1 Records Management ........: ..............................3 1.3.2 E911/ANI/ALI ............................................3 1.3.3 National Crime Information Center (NCIC) Interface & County (SLETS) Databases ................................................3 1.3.4 TDD Device Interface ......................................4 1.3.5 MDC/Laptops Interface .....................................4 1.3.6 Message Switch ...........................................6 1.3.7 Tone Encoder Interface .....................................6 1.3.8 Time Synchronization ................................. .......7 1.4 CAD Working CRT Screen Arrangement .............................7 1.5 Call Taking .....................: ...............................7 1.5.1 Location Entry ............................................8 1.5:2 Hot Calls ...............................................10 1.5.4 Duplicate Incident Detection ................................10 1.5.5 Incident Updates ..........................................10 1.5.6 Flags ...................................................11 1.5.7 Non-Emergency Calls ............¯ ......................:... 11 1.5.8 - Referral Phone Listing .....................................11 1.5.9 Bulletin Inquiry ............" ..............................12 1.5.10 Comments ...............................................12 1.5.11 Narrative ...............................................12 1.6 Dispatch .....................................................12 1.6.1 Routing .................................................12 1.6.2 Case Numbers ...........................................14 1.6.3 Redirection and Multiple Response ..........." .................14 1.6.4 Dispatching .............................................14 ~:ITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES 2.0 1.7 1.8 1.9 1.10 l.ll 1.12 1.6.5 1.6.6 1.6.7 1.6.8 1.6.9 1.6.10 1.6.11 1.6.12 Queuing/Timers ..........................................14 Incident Message Changes ..................................15 Unit Recommendation .....................................15 Freeing Resources ........................................17 Final Incident Type Code Recorded ...........................17 Self-initiated Incidents .....................................17 Unit Reassignment ........................................18 Cancellation of Incident .....................................18 1.6.13 Miscellaneous Status .. : ...................................18 Status Monitors ................................................18 1.7.1 Law Enforcement Status Monitoring ..........................19 1.7.2 Fire, Rescue, & EMS Status Monitoring ........................20 1.7.3 Other Status Monitor Features .’ ..............................21 Supervisor Functions .............................................21 Geographic Database Functions ....................................22 System Inquiry .. ................................................22 1.10.1 Generalized File Retrieval and Update Capability .................22 1.10.2 Unit History Inquiry ..........." .........." ..................22 1.10.3 Premise History Inquiry .....................................23 1.10.4 Miscellaneous Inquiries ....................................23 1.10.5 Ad Hoc Inquiry ..........................................23 Other Functional Requirements ....................................24 1.11.1 Security Control .......... ..................................24 1.11.2 Dynamic Beat Pattern Support ...............................25 1.11.3 On-line Update for Unit Recommendation Table .................25 1.11.4 Hydrant Location File ......................................25 1.11.5 Hazardous Location File ....................................25 1.11.6 Personnel File .................................: ..........25 1.11.7 Backfill Event Processing ...................................26 Reports .......................................................26 1.12.1 1.12.2 1.12.3 1.12.4 1.12.5 Special Report Generating Capability ..........................26 Incid.ent Hot Log .........................................26 Resource Status Update Log .................................26 Fire Run Tickets ..........................................27 Resource Schedule Report ................" ..................27 SUPPORT SERVICES ...............................................27 2.1 Hardware and Software Support ....................................27 2.2 Source Code ...................................................27 2.3 Program Product Update Releases ..................................27 2.4 Information Services ............................................28 CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES TRAINING ........................................................28 4.0 DOCUMENTATION ’" ’28 5.0 INSTALLATION AND IMPLEMENTATION ............................29 6.0 ACCEPTANCE TESTING CRITERIA ......................... ...........30 6.1 Module Acceptance .............................................30 6.2 Hardware Acceptance ...........................................30 6.3 Final Acceptance ...............................................30 7.0 SYSTEM ENVIRONMENT ............................................31 7.1 Hardware ..........................................." ..........31 7.2 Local Area Network ...................................~ .........31 7.3 Windows .....................................................31 8.0 COMMUNITY POLICING .............................................32 PROPOSAL QUESTIONNAIRE .............................................33 CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES CITY OF PALO ALTO TECHNICAL SPECIFICATIONS 1.0 1.1 COMPUTER AIDED DISPATCH FUNCTIONAL REQUIREMENTS Overview The City of Palo Alto is seeking a new automated computer aided dispatch system. The system should utilize the latest technology and provide for rapid handling of multiple agency, multi- jurisdictional Law Enforcement, Fire, EMS, and Utilities systems. The system should be capable of being fully integrated with E9-1-1, external lawenforcement databases, local police and fire records management systems, mobile data terminals, and a message switch. There currently are five (5) dispatcher positions in the Communications Center. Each position should be able to be configured for both call taker/dispatch functions, with one position having additional supervisory functions. An additional training position should also be considered. Police, Fire, Medical, Utilities and Animal Services responses are dispatched from the Communications Center. The agency is interested in obtaining the latest, state-of-the-art equipment, which is easy to use. They recognize the current market trend towards Windows applications and open systems. They will also require various professional services from the software provider to assist them in all aspects of implementing a new system, including planning, data conversion, custom modification, interfaces, installation, training, documentation, and support. Project management and public safety expertise will be necessary in order to ensure a smooth transition to a new system. 1.2 CAD General Features ¯ 1.2.1 Complete System The agency requires a fully featured, multiple agency and multiple jurisdiction Law Enforcement, Fire, Emergency Medical Services, and Utilities CAD System. Each agency type must maintain separate incident numbers and dispatchers need only view the resources under their control. 1.2.2 State-of-the-Art The agency is interested in the latest state-of-the-ar~ products that runs on workstations in a CITY OF PALO ALTO: RFP 99680 ] PART II - SCOPE OF WORK OR SERVICES Windows NT environment. This configuration would require total redundancy for fault tolerant purposes. Independent file servers without the need for a host platform is essential. 1.2.3 Speed Sub-second response time is required for time-sensitive Call Taker and Dispatcher activities on the network. 1.2.4 Open System The agency desires a completely "Open System" environment with a totally native operating system that is vendor independent. This provides an easy connection to external systems that are in use in the agency. This open technology would allow for easy addition of workstations, including laptops, if they are desired. 1.2.5 Continuous Processing The system must have no single point of failure. 1.2.6 Windows The functions and features of a 32 bit Windows platform product is required in order to support concurrent system processing. Windows would provide the ability to switch between applications easily. The user must be able to switch among any workstation based application which the user may require. The system must be flexible. Code tables must be user-defined with help easily aeeessibie. The system must utilize list boxes for users to select information. If more selections exist than can be displayed wi .fffin the borders of the box, scroll bars must provide scrolling capability. Operators must have the ability to use a mouse, button or hot key combinations to move around the application. Pre-programmed function keys must be available on selected screens to conduct functions most often used. The system must be easy to use with minimal keystrokes. Every field, screen, and operation in the system must have associated on-line help information and the ability to easily search this on-line help and to display additional information about any subject. In addition, the vendor must provide both hard copy and on-line documentation on the system. CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES A function key should display a listing of valid codes for any coded field in the system. These codes should display in .a list box that the user can scroll through and select the desired code to have it automatically entered in the field on the screen. The ability to cut and paste to/from other Windows applications is desirable. 1.2.7 System Availability During Backup The system must perform database backups while the system is operating. Operations must continue regardless of the system maintenance that is being performed simultaneously. There should be no scheduled down time for system maintenance. 1.3 CAD Integration 1.3.1 Records Management - Police & Fire The CAD system must be capable of being fully integrated with a contemporary network based Police and Fire Records Management Systems. Documentation must be provided which articulates the methodology used by the vendor for external records system integration. 1.3.2 E911/ANI/ALI The CAD system must be integrated with an E9-1-1 system which provides ANI/ALI information and prefills the Call Taker screen with this information. The E911 interface must eliminate the need to manually enter the caller’s telephone number, location, etc. or the need to manually request the data to be displayed through a command or function key. The system must support a fully integrated E911 which captures the caller’s location information at the moment the call is answered and displays a complaint processing window with the information pre-formatted .into the screen. The E911 operator must only enter a call-for-service/nature code for the call to be ready for routing and dispatch. The operator must also be able to enter comments and additional information pertaining to the call. 1.3.3 National Crime Information Center (NCIC) Interface & County (SLETS) Databases The system must allow users to make inquiries into known persons, warrant, property, and vehicle information databases through Santa Clara County’s SLETS system. This must be done CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES through the CAD application and notrequire the dispatcher to hot-key between applications running on the same workstation. The SLETS system requires bi-synch protocol for exchange of data with the CAD application. Certain updates made in the CAD system must update the NCIC database. The system must have the ability to have NCIC information be displayed at the CAD workstation. Users must also have the ability to print the information. An appropriate audit trail must be maintained at all times with relationship to external database inquiries. 1.3.4 TDD Device Interface The system should interface with the Plant Equipment, Inc. MAARS TDD. The system should capture both the caller’s ASCII or baudot messages and the Egl 1 operator’s response to the caller. This two way conversation should display in a pop-up window. The date and time-stamped TDD conversation should be logged by the system and associated with the complaint/event number automatically. This logging and event association provides an important link between the two and eliminates the need to retain hard-copy records of the conversation and redundant data entry. 1.3.5 MDC)Laptops Interface The system must be capable of supporting MDC’s controlled by TrafficMaster software provided by Western Data Com, using lapt0p computers in the police vehicles. The system must provide the CAD operators with a conversational link to the mobile data terminals logged onto the CAD system. When an officer logs the unit into the CAD system, the unit’s identity will appear on the Avatlable Resource" status monitor.dispatchers " " When units are dispatched to an incident, all information abo~t the incident is formatted by the system and passed to the MDC’s for delivery to each of the dispatched units. Upon receipt of the dispatch assignment, the officer will acknowledge it by pressing a designated function key. MDCs Will route this action back to CAD where the units status will be posted and time stamped. The dispatcher’s monitor will now reflect the units new status (Enroute) and time. When the unit arrives at the assigned location, the officer will press the designated function key indicating unit arrived on scene. MDCs will route this action back to CAD where the units status CITY OF PALO ALTO: RFP 99680 ....4 PART II - SCOPE OF WORK OR SERVICES will be posted and time stamped. The dispatcher’s monitor will reflect an arrived status and time. Upon completing the event, the officer will type the appropriate clearing codes/remarks and the designated function key to clear the incident and place the unit in "available" status. The units current status will be displayed on the dispatcher’s status monitor and the incident will be completed. At any time before, during, or after an incident assignment, any unit logged into the system may send and receive free form messages to or from any dispatcher or IVIDC operator who is also logged into the system. A number of CAD database inquiry capabilities must exist, which will allow MDC units to retrieve resource information. Resource activity history, unit status, and incident status information can be readily displayed and allow Supervisory monitoring of status of field units " and incidents. The system should provide the ability for MDC units to dispatch themselves through the following functions: Miscellaneous Status - Used to place unit out of service for specific reasons such as meetings, court appearances, lunch, etc. Vehicle stop - Creates vehicle stop event and alerts dispatcher of potentially dangerous situations. Initiates automatic license plate and wanted person checks. Any "hits" must be routed to the patrol car and a copy sent to the dispatcher’responsible for that unit. Resource initiated - Resource initiated is used to create an event when a unit becomes ’aware of a situation requiring attention (accident, prowler, etc.). Emergency status - This is a special function key which when pressed places the unit in an emergency status. The units emergency status will be displayed on all status monitors in user specified blinking color and information about the units last known activity/location will. be broadcast to all MD equipped units. Supervisor intervention will be required to clear the emergency status. These unit initiated events must appear on the dispatcher’s status .monitor automatically. The system will track these incidents in the same manner as any incident entered and dispatched by a dispatcher.. The system access security control is a table driven feature which can be displayed or modified only by authorized persons. The table parameters determine which users have access to the State and National network and the CAD system. CITY OF PALO ALTO: RFP 99680 5 PART II - SCOPE OF WORK OR SERVICES 1.3.6 Message Switch The system must be fully capable of passing inquiries, requests and responses to/from a message switch. The Department is currently using a message switch provided by Eclipse Systems of San Jose; CA. This system is capable of using either asynchronous or network communications. The vendor, should consider the cost effectiveness of integrating with this message switch versus replacement. 1.3.7 Tone Encoder Interface The system must provide a completely integrated tone encoding capability which eliminates the need for an operator to manually determine the code sequence(s) to dispatch a resource and enter them on the keypad. The system should instead, evaluate the signal code, call routing and unit dispatch~ information to obtain tone encoding information from user definable tables and then pass this information to the alerting system, initiating the’proper tone dispatch sequence without operator intervention. The dispatcher should only need to be concerned with assigning equipment and dispatching the event. The Palo Alto Fire Department is currently working with a consultant to provide design specifications for installation of the Zetron 6/26 station alerting package. Current practice is to recite incident location details over the voice radio channel. The dispatch center may also utilize a telephone ring-down line as a back up to it’s current system. New public safety automation systems for the City of Palo Alto should allow for enhancements to current fire alerting procedures. As the initial call for service is entered into the CAD system, the computer should automatically verify the address and recommend units to respond. The first notification method to the fire station will be over the Zetron system with the ability to print a dispatch message on a station printer, control lights and stove, enable the public address system, and activate the tone generator alerting device. Positive receipt of the alarm at the_ fire station is via the same..line u.sing an acknowledgment button. The Department currently uses detailed station run cards for the City. The run cards provide graphic street, hydrant and landmark information for responding units. Additional site plans are filed providing detailed pre-fire and premise information for certain target locations. These maps are kept in files within each Fire Station. The geofile of proposed CAD systems should be able to provide map numbers and pre-plan survey numbers in conjunction with an incident dispatch. It should be noted that, in the new system, vendors are required to propose a fire alerting approach that provides for the general capabilities described above and the following specific requirements. The system proposed should include modems, terminals, incident printers and an ’CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES acknowledgment button system. 1.3.8 Time Synchronization The vendor will supply a Net Clock II or similar interface to synchronize the system timers with WWVB National Standard time. This software will reside on the file server and will reset the clock on the LAN and then broadcast to all workstations. This synchronization will occur Once per minute and will be transparent to the users. 1.4 CAD Working CRT Screen Arrangement The Dispatcher window/screen and the Resource/Incident Status Monitor window/screen should be displayed on high resolution monitors. There must be interchangeability of call taker and dispatcher so that a dispatcher can display the Call Taker Window to enter calls during those times when personnel distribution mandates this - configuration. Dispatchers must be able to easily view critical resource and incident information in order to prevent a possible situation of missing an alert or an emergency condition. User defined colors should aid in displaying resource or incident information based on priority, system timers or other determined criteria. Dispatchers must be able to easily view resource/unit recommendation and the system must provide dispatchers with the interaction between the incident and the unit recommendation. Database inquiries, such as listing valid codes, must be displayed to the call taker or dispatcher in the working area, with the ability to scroll through the entire list, select from the list, and have it pre-filled in the field. It is desirable to have the ability to search for a topic or type code by keyword or phrase. This provides a paging or scrolling capability in addition to an interaction with the entry formats. 1.5 Call Taking There must be a single format for entry of in’formation about an incident for all agency types. The agency type(s) will default based on the incident type and the operator can override this when creating the incident. The system must create separate incidents for each agency type. These incidents must be linked together. If a dispatcher reviews an incident for a particular agency type, then only information relevant to that incident should display. Operators must have the ability to easily view a list of related incidents.. CITY OF PALo ALTO: RFP 99680 7 ......... PART II - SCOPE OF WORK OR SERVICES T_he system must have the capability of allowing call or telephone report entry from sites other than the dispatch center. Other areas might include but not be limited to: Police Front Desk, Animal Services, Utilities Service Center and Stanford University. Thee Call Taker Window shall be displayed by pressing a function key or have it automatically " displayed when the call taker answers the phone, if using E9-1-1. The system mustprovide hot keys, so that an operator can move to a field easily by pressing a hot key combination. The system must automatically provide the call taker and dispatcher With additional information based on the location and/or the call for service, such as flags for premise history, current problems, hazardous materials, etc. For complete system requirements on flags, see section 1.5.6. Field headers shall be abbreviated and operators shall easily differentiate between field headers and data in fields. Incidents must be prioritized based on the nature of the call for service. The priority should default based upon the incident type. The call taker and dispatcher must be able to override this priority. If the call for service is changed during the call, the priority must automatically change. Priorities must be user-defined. The system must document changes made to the incident type or location. 1.5.1 Location Entry The system must allow a call taker to enter the following types of location: Premise address Intersection Common place name ALI information Street names Alias street names The system must pr0vide.the call taker with the ability to perform partial and misspelled street searches. If a call taker enters an invalid address, the system must display a list of alternatives. Address verification should occur as soon as the location is entered. This verification should allow for an override capability to easily create incidents at non-verified addresses. CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES The system must handle common place names as part of the geofile. This information should not reside in a separate file from the geofile. The system must prefill the address in the location field when a common place name is entered. Intersections must be entered in either street order. The system must provide a location ID field in the geofile to handle special locations situations. The system must provide the ability to enter additional location information, such as directional information and apartment number. , The call taker must also be able to enter other/alias street names in the location field when entering an incident. It must not be required for the call taker to know in advance if a street name is an alias. Operators must be notified if address validation fails then be provided with a list of alternatives. The operator shall be able to select from this list and have it pre-filled in the location field. At any point during the validation, the operator shall have the ability to override the validation and create the incident at an non-verified address. If an operator enters a non-unique common place name, such as McDonald’s, and many McDonald’s exist, the system will display a list of McDonald’s with sufficient information to assist the operator in identifying the appropriate one. Upon selection, the appropriate common place shall be pre-filled on the Call Taker Window. If an operator enters an incorrect street prefix or suffix, the system shall treat this as a misspelling and must display a list of possible alternates. The system must allow an agency to maintain alias street names as pan of the geofile. The operator shall enter an alias street name in the location field on the Call Taker Window. The system must determine the correct beat/zone/runcard for the entered address whether manually typed, derived from the common place name, or from ALI data. The system must determine if the location exists and if an entered location is unique. At the time of Geofiie veri~cation, the system must add the following related data which displays on the Call Taker and Dispatcher Windows: Cross streets Location identifier Judsdicti0n code Municipality code Keymap Hazardous Situations CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES 1.5.2 Hot Calls The system must provide a Hot Call feature that allows a call to be routed to the dispatcher upon entry of only a location and call for service type. The Call Taker Window should be redisplayed with the incident information, allowing the call taker to continue with the call. The Dispatcher Window should indicate that additional information is yet to be displayed. As soon as additional information is added to the incident, the Status Monitors should indicate this. 1.5.3 Hold Calls Call takers must be able to place calls on hold and retain the information already entered, while clearing the screen for entering more critical calls. A facility must be provided to retrieve held calls. The Call Taker Window must have a field which displays the total number of calls on hold at all times. A warning message must display automatically to the call taker and the supervisor to alert them that a call on hold has exceeded a user-defined period of time. The system must provide a facility for prohibiting the hold call feature for specific calls for service. 1.5.4 Duplicate IncidentDetection The system must provide automatic duplicate call checking as soon as the call taker enters the location and call for service. Duplicate calls are determined based upon the call for service category and location. If the system detects a possible duplicate call situation, a list must be displayed to the call taker for review. The call taker must then be provided with the options of either updating the call information, canceling thecall, or creating a new call. 1.5.5 Incident Updates The system must provide the ability for the dispatcher to change any information related to an incident. The system must provide a capability for canceling pending incidents. All transactions involving an incident or a resource must be recorded. The system must have the ability to print an incident log as an audit of incident occurrences. If a call for service code is changed, the system must track changes, and record the time of each change and the code it was changed to..If the location is changed then the system should ¯ automatically create a comment as part of the incident record. This comment must be date and CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES time stamped. If a call taker updates incident information, the appropriate dispatcher must be alerted that additional information exists. 1.5.6 Flags The system must provide the following flags that displays information to the operators pertaining to the incident: 24 Hour Activity at the Location Geographical Information Standard Operating Procedures Notification Location Information, including hazardous conditions Premise History Current Problems Hazardous Materials Medical Data Water Sources and Hydrant Information With an interface to a Records Management System: Fire Services Out Building Inspection Information Burn Permits Issued Flags must appear automatically based on system activities. 1.5.7 Non-Emergency Calls The system must allow users to classify a call as a telephone report only. The call must not be routed to a dispatcher or display on the status monitor. A database record must be created for the call to support premise history and call tracking. 1.5.8 Referral Phone Listing A referral telephone number listing must be available which overlays the call taker window. The list must display in alphabetical order. The call taker must CITY OF PALO ALTO: RFP 99680 11 PART II - SCOPE OF WORK OR SERVICES halve the ability to enter a category code (or’select one from a list) to display only the entries for that category type. The call taker must also have the ability to enter a partial name to begin the display with that entry. The information must include miscellaneous information (such as hours of operation), contact, address, and two phone numbers. 1.5.9 Bulletin Inquiry Users must have the ability to create, send, and display general bulletins by agency and by division within agency. Users will be notified that a bulletin has been entered and will continue to be notified until the bulletin is displayed. 1.5.10 Comments Call takers must have the ability to enter an unlimited amount of comments to supplement those entered in the Call Taker or Dispatcher window. Existing comments must display in a listing. The system must automatically create a date and time stamp for each comment line. The system must create comments automatically to reflect incident and resource activity. For example, when a resource is dispatched, a comment to the incident should automatically be added. The system must allow for the option of having comment displayed in chronological or reverse chronological order. The system must not allow comments to be changed after an entry has been processed. 1.5.11 Narrative The system must allow for the entry, revision, and display of extended, unlimited narrative for an incident. This narrative must include a word wrap and insert capability. This narrative must include an ability to cut and paste information from other Windows applications. 1.6 Dispatch Functions 1.6.1 Routing The system must provide an automatic routing feature such that based on the location and the current distribution of personnel (i.e. number of dispatchers), the incident will automatically be routed to the correct agency type and dispatcher. The call taker must be able to override this automatic routing at any time. The ability must exist for any incident to be routed to multiple dispatchers in the instance of multiple event creation. CITY OF PALO ALTo: RFP 99680 "’1~’- " PART II - SCOPE OF WORK OR SERVICES A~dispatcher must be able todispatch for any particular agency, agency type, or any combination. A facility to easily change this must be provided (for example, the ability to change from a police to a fire dispatcher.) At the time of routing, the system must automatically assign the incident number, time of routing, the date and visually and audibly alert the dispatcher of high priority incidents or other updated information... The system should utilize an incident number specific for each agency type, with the agency type as the prefix for the incident number. , Case number assignment must be user-defined. The system must be able to automatically assign a case number to incidents depending upon the call for service. Incidents can have a case number assigned for each agency assigned at the time of route or on demand if a report is required. The system must be a fully multiple agency dispatching system. It must allow call takers to enter incident information only once and yet create incidents for many different agency types. The ¯ system must provide the following functions: Link incidents - to link incidents assigned to different agency types together. Transfer incident - to transfer incident responsibility to another agency type. Reproduce incident - to reproduce all incident information and create a duplicate incident for another agency type without retyping the information. Apply agency to incident List associated incidents using a single keystroke After units are dispat.ched, .the system must display all resources assigned to an incident. The information must be displayed for each assigned resource: Resource type Resource number Status Elapsed time Disposition CITY OF PALO ALTO: RFP 99680 13 PART II - SCOPE OF WORK OR SERVICES 1.6.2 Case Numbers The system must maintain a separate sequential list of case numbers.for each agency. Case numbers must be assigned automatically based on call for servic~ or as an option, assigned manually by the dispatcher. Case number, if assigned, must display on the incident format. The format must be Y~NNNNNNN for each agency code. The system must accommodate the year 2000 and beyond. 1.6.3 Redirection and Multiple Response The system must provide the capability of redirecting an incident ~from one dispatcher to another. The system must provide a function to define incident types (call for service) and determine the required agency types: police, fire, EMS, and/or other. The system must automatically create multiple incidents for multiple agency type, as necessary: The system must also provide the functionality to perform this manually using: Reproduce incident Transfer incident Link incidents These multiple incidents must be able to be routed to different operators. Operators must have the capability to first dispatch Fire, EMS, or Law Enforcement personnel and then dispatch the other agencies. 1.6.4 Dispatching Dispatching a unit, units, or group,must be via function key, mouse selection or command syntax. Pun Tickets must aut0mati~ally print at each station when Fire or EMS units are dispatched. All flags and hazard conditions should be included in this run ticket including the status of the nearest water sources. 1.6.5 Queuing/Timers Incidents routed to a dispatcher must be listed in a pending queue of unassigned incidents. There must be a summary list of unassigned incidents available to the supervisor. CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES The dispatcher must be alerted of incidents that remain in a pending queue over a user-specified amount of time. The system must provide dispatchers and supervisors with a visual indication that a timer has been exceeded. The dispatcher must be allowed to place a pending incident in a deferred status for a specified amount of time. When this time elapses, or when the dispatcher indicates, the incident should return to its original status. Different incident types must have different default priorities. Calls must be queued based on the priority and then time order. Highest priority calls must disp!ay first. The system must provide the ability to easily distinguish high priority calls in the pending queue. The priority code table must be user-defined. The system must provide the following timers: Pending queue - how long an incident has remained unassigned. Dispatch - how long an incident has been in dispatch state. Dispatch Acknowledge 7 how long a resource has acknowledged dispatch but not changed its status. Enroute - how long a resource has been. enroute Arrive - how long a resource has been on-scene Once a dispatcher performs the appropriate action against the unit, such as change the resource status, then the timer must be automatically turned off. The dispatcher must be able to turn off or reset the amount of time set on a status timer for a specific incident or a specific resource. 1.6.6 lncideht Message Changes The system must automatically indicate if information is changed or added to a pending/unassigned incident. Dispatchers must have the ability to view the added or updated information automatically. "The system must permit an operator to cancel pending incidents. 1.6.7 Unit Recommendation The system must provide an extensive and flexible unit recommendation strategy. It must be flexible enough so that different types of units can utilize different features. The system must display a list of recommended units for dispatching. The operator must have the ability to scroll through the list and to select those resources to be dispatched. Recommended units and assigned units must display in different areas on the incident message display. If a call for service is changed or an alarm level upgraded, the system should automatically recalculate CITY OF PALO ALTO: RFP 99680 " PART II - SCOPE OF WORK OR SERVICES the additional recommended resources. The recommended response shall be based on any or all of the following components: ¯Geographic plan ¯Required resource or equipment type ¯Location ¯Geofile modifier ¯Call-for-Service ¯Alarm level ¯Zone or grid The system must provide an option for the dispatcher to display recommended resources for ePdaer the available recommended resources only or all recommended resources, which includes both available resources and assigned resources. In this way, additional resources appropriate for the incident can be dispatched as they become available or assigned resources can be freed and reassigned if necessary. The recommended resources must be displayed in a list box that permits scrolling through the entire list so that the dispatcher can select those resources to dispatch. The following data must display for each recommended resource: ¯Resource type ¯Resource number ¯Current status ¯Call-for-service code, if assigned ¯Incident number, if assigned ¯Location, if assigned The system must allow an agency to define required response types based on the call for service. The dispatcher must be able to change the resource type of any resource for a particular incident. The resources that represent the required response types must be highlighted. The dispatcher must be alerted to which resources the agency requires for the type of incident. The dispatcher must be able to override any resource recommendation and dispatch any other available resource. The system must provide a resource recommendation strategy that assists dispatchers, but also provide the flexibility to ignore the recommendation. The system must also provide a facility for assigning resources to a group, and recommending CITY OF PALO ALTO: RFP 99680 16 PART II - SCOPE OF WORK OR SERVICES an_d dispatching groups of resources, in order to dispatch an entire fire station or precinct. The system must support the use of geographic area planning that allows an agency to redefine their personnel distribution of dispatchers and call takers at different times of the day or week. It must not be necessary to change the geofile to change unit response zone. The system must accommodate a large number of units participating in an incident and all will be recorded as part of the incident history. The system must have the ability to dispatch backup . resources to an incident. " As alarm levels are upgraded, the system must retain the original recommendation tables and recalculate the unit recommendation based on the upgraded alarm level. The system must have the ability to perform a resource fill in, which temporarily replaces a resource with another resource whenever the original resource appears as a recommended resource. 1.6.8 Freeing Resources The system must provide the capability to free a resource from an incident. If the primary resdurce is freed then the first remaining backup resource must become the primary resource. If no resources are left assigned to an incident after the resources are freed, then the incident must be returned to the unassigned incidents monitor. The system must have the ability to document up to eight persons to a resource. 1.6.9 Final Incident Type Code Recorded The system must allow a call taker or dispatcher to change the call for service at any point during the call. The system, must track the final code changes during the call as part of the incident record. The system must also track the time that the call for service is changed. 1.6.10 Self-initiated Incidents The system must provide the capability to initiate an incident for on-view incidents and vehicle stops. By default, the incident should be automatically assigned to the originating resource, but the dispatcher must beable to assign a resource other than the initiating resource to the call. Dispatchers should be able to enter information in any order, for example, location then plate or visa versa. Related database inquiries will automatically be created upon creation of an incident, such as a vehicle stop. CITY OF PALO ALTO: RFP 99680 17 PART II - SCOPE OF WORK OR SERVICES 1.6.11 Unit Reassignment The system must provide a facility for switching unit assignments, in order for dispatchers to document units that switch assignments. 1.6.12 Cancellation of Incident The system must provide the capability to cancel an incident at any time. If an incidentis canceled prior to routing, a copy of the incident must be maintained. This is for historical purposes, assisting in detecting system or software failure and to reflect on communications center activity without regard to the commitment of resources. If canceled after routing, the system must maintain the incident number. Incident numbers must not be reused. 1.6.13 Miscellaneous Status The system must provide for the ability for a unit on a user-defined miscellaneous status, such as ’ meal break, directed patrol, to be either available or unavailable for dispatching. The system should document the location and the elapsed time spent on each activity. The agency should be able to define an unlimited number of status codes. 1.7 Status Monitors All monitors must be updated as the status of incidents or resources change. The top line of each status monitor must show a running system clock and the codes for the areas of responsibility being monitored. The number of incidents or resources for each monitor must also be displayed at the top of each monitor. If a status monitor window is full, scroll bars must be available to display the additional data. Each monitor display area must be sizable. Certain information on eacl~ monitor must be emphasized to attract the dispatcher’s attention to a critical situation or incident information that has been updated. Status monitors must display at all times and work interactively with the dispatch area or independently. The dispatcher should be able to perform dispatch functions from the Status monitor. The system must provide for Up to four different status monitor windows: unassigned incidents, unassigned resources, assigned incidents/resources, and assigned/unassigned resources. CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES Different monitor emphasis must be able to indicate the following: High. priority incidents Incidents exceeding time in pending parameter Incidents not yet reviewed by the dispatcher Incidents modified since routing occurred Resource status Resources manned by multiple personnel MDC resources Whether an unassigned resource is available or unavailable Resources exceeding status timer parameters Emergencies Alarm level upgrades Incidents with a location that has premise history data 1.7.1 Law Enforcement Status Monitoring The following data must be displayed for unassigned incidents: Priority Time received Elapsed time Call for service or incident type Incident number Zone Location The following data must be displayed for unassigned resources: Agency type Area of responsibility Resource typ.e. Resource number Status Station Reason, if on miscellaneous status The following data must be displayed for each assigned incident/resource: Agency Agency type CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES Station Resource type Resource number Status Elapsed time Call for service, if assigned Alarm level, if assigned Incident number, if assigned Zone Location or place Plate and state, if assigned Number of personnel The following data must be displayed for each assigned/unassigned resource: Agency Agency type Station Resource type Resource number Status Elapsed time Call for service or incident type Alarm level Incident number Zone Location 1.7.2 Fire, Rescue, & EMS Status Monitoring Status monitors must include: ~Station resources ~Active incidents ~Indication of multiple person resources The system must accommodate various EMS and Fire unit status conditions. These include but are not limited to: Dispatch ¯ Dispatch to staging CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES Dispatch Acknowledge Enroute to scene Enroute to hospital Enroute to another place Enroute to station Enroute to staging Arrive at scene Arrive at hospital Arrive at another location Arrive at station Arrive at staging Return to scene Finish/Clear Containment time In Station Miscellaneous status which can indicate that a unit is either unavailable or available. The systemmust also track hospital codes and hospital status to assist dispatchers in identifying available hospitals for various trauma capabilities. 1.7.3 Other Status Monitor Features The system must allow an operator to define up to 9 areas of responsibility for each Status window. An area of responsibility can be a geographic zone, agency, or agency type. Areas of responsibility must display on each monitor and must be user-defined. The supervisor position m~ist be able to monitor all resources while an individual dispatch position must be able to only monitor those resources for which it has responsibility. Dispatchers must have the ability to perform dispatch functions for other areas. Status monitor equipment must be capable of being operated remotely across the network and in real time. This will permit other users, Such as the Watch Commanders Office, Police Front Desk or Fire Chiefs Office to set upa status monitor for supervisory purposes. 1.8 Supervisor Functions The communications supervisor position should have full call taker and dispatcher capabilities. The supervisor may monitor all activity within the system through the use of the following summary display dialogs: CITY OF PALO ALTO: RFP 99680 21 PART II - SCOPE OF WORK OR SERVICES Current activity of resources Status of incidents Status of incidents and resources in designated dispatch areas Total activity in the system at any given time Also, there should be several utility functions that allow the supervisor to set geographic area plans for resource allocation and initialize incident and case numbers. The supervisor must be able to check personnel status. All system errors must be displayed at the supervisors and system administrators terminals and be written to a disk file "log" for later analysis and problem resolution. 1.9 Geographic Database Functions The vendor must provide a conversion of a geographic database based on either City GIS data or other ASCII, comma delimited data records. Costs associatedwith this conversion must be included in the proposal at a fixed price. The geofile must be essentially a file of block faces, intersections, alias street names and common place names. The vendor must provide reports which list the data in the geofile, including exception reports for records that are incomplete or are in conflict with other data. The geofile database must be in a format which is accessible via common "off the shelf’ reporting tools and utilities. 1.10 System Inquiry 1.10.1 Generalized File Retrieval and Update Capability Authorized users must have the ability to easily build new databases and access existing databases to perform searches and reports that may fall outside of the basic system specifications. Operators must be able to perform queries and view information utilizing separate windows, or dialogs, while maintaining the dispatcher window on the screen. 1.10.2 Unit History Inquiry The system must maintain a detailed unit history file. The system must provide the ability to CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES scroll through this information on-line. This function must be available to authorized users from remote terminals throughout the agency(s) either through direct, local area network or modem connection. Unit history must include out,of-service time. Users must have the ability to print information from this detailed unit history file. 1.10.3 Premise History Inquiry The system’s premise history file must allow for multiple records per address. A flag must display to alert users that premise history exists. The system must allow users to view detailed information about premise history. The type of information displayed on a premise history inquiry must include: ¯Date ¯Call for service ¯Agency ¯Agency type ~Resource ¯Resource type ¯Incident number ¯Case number ¯Disposition Premise history must match the exact address or block face of the incident location. The system must also display a separate flag to alert users that 24 hour premise history exists. 1.10.4 Miscellaneous Inquiries The system must provide a .query listing all of the personnel assigned to a particular resource. An inquiry capability must exist to display a summary of all pending incidents. 1.10.5 Ad iqoc Inquiry The system must utilize a non-proprietary database capable of using SQL to permit user- generated inquiries. The system must be able to easily interface with existing Windows applications for ad hoe inquiry. Users must also have the ability to print the information. CITY OF PALO ALTO: RFP99680 PART II - SCOPE OF WORK OR SERVICES 1.11 Other Functional Requirements 1.11.1 Security Control The system must include a set of features to prevent unauthorized access to the system which includes: Access restri’ction by User ID and password. Restriction to Supervisor functions Additional security features must include: Access restriction by station User inclusiveness and exclusiveness Other desirable features are as follows: Half-hour security checks - check user accounts and force user to log - out if user account is disabled, or expired or log in time has elapsed. Enable and disable user account Specify account expiration dates Limit concurrent user connections - user can only be logged in on a specified number of terminals Required passwords Password changeability - can specify for which accounts the system administrator can change the password Forced periodic password changes - Required unique passwords Encrypted passwords Log in time restrictions Station restrictions Auditing of user log in and log out User-defined number of incorrect log in attempts during a.specified length of time Disk resource limitation The System Administrator must have the ability to implement these features at his or her own discretion. The system must log incident and resource activity and print logs automatically. CITY OF PALO ALTO: RFP 99680 ...... 24 ’ " PART II - SCOPE OF WORK OR SERVICES 1.11.2 Dynamic Beat Pattern Support The system must support the use of Geographic Area Planning that allows an agency to redefine their personnel distribution of dispatchers and call takers at different times of the day or week. Supervisors must be able to override pre-established plans by agency. The system must accommodate up to 999 plans for each agency. 1.11.3 On-line Update for Unit Recommendation Table All Law Enforcement, Fire, and EMS unit recommendation information must be Updatable on- line by a supervisor or system technician. 1.11.4 Hydrant Location File The system must provide a hydrant/water source file that includes the status of hydrants. This information must not only appear as a flag to a dispatcher but must print on run tickets at the remote fire stations. 1.11.5 Hazardous Location File The system must provide a hazardous materials flag that displays free form text related to the hazardous materials at any location. This flag must be displayed to the dispatcher automatically. The system must have the ability to display a Windows compatible hazardous materials application on the same monitor as the CAD system. 1.11.6 Personnel File The system must provide a personnel file that includes the following information for each person: Id number Name Social Security Number Agency Agency type Badge number Hire dates Termination date Special skill codes Home address ¯ CITY OF PALO ALTO: RFP 99680 25 PART II - SCOPE OF WORK OR SERVICES Home phone number Contact person Contact address Contact phone Who makes emergency contact Blood type Medic alen Hospital preference Doctor The system must provide a query for displaying those officers with a particular special skill. The supervisor must have the ability to easily query an officer to determine the resource to which they are assigned. 1.11.7 Backfill Event Processing If the system is shut down for any reason, the incidents that were processed manually during the shut down must be easily entered into the system once it is operating live. All number sequences must remain intact and all data bases brought up to date. 1.12 Reports 1.12.1 Special Report Generating Capability Authorized users must be able to easily build new databases and accessexisting data bases for searches and reports which may fall outside of the basic system specifications. This Ad Hoe reporting capability must utilize SQL. This would include reports such as an officers daily activity or false alarms response report. The system must easily interface to existing Windows Report Walter applications. The Ad Hoc reporting capability must utilize Windows and a mouse for end user ease of use. 1.12.2 Incident Hot Log The system must provide an Incident Hot Log that automatically prints as each associated step used to process a call or dispatch resources is completed. 1.12.3 ResOurce Status Update Log The sys.tem must provide a Resource Status Update Log that automatically prints whenever the CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES status of a resource is updated. 1.12.4 Fire Run Tickets The system must provide fire run tickets that automatically print on remote printers located at the agency fire stations when resources have been dispatched to an incident. Run tickets must be printed in multiple copies for multiple resources being dispatched from a single agency. Run tickets must provide the following types of’information: Incident location information Hydrant and water source information Flag synopsis information 1.12.5 Resource Schedule Report The system must provide a report that will list the resources scheduled for work during a particular shift. 2.0 SUPPORT SERVICES 2.1 Hardware and Software Support The vendor shall be prepared to provide software support equal to 7X24 coverage of all system software and hardware. The system must be equipped with a modem that can be used to perform remote diagnostics and program upgrades via standard telephone lines. There shall be security protection to prevent unauthorized access to local or remote data base files through this modem. 2.2 Source Code The vendor must be willing to escrow or provide the agency with software source code. 2.3 Program Product Update Releases Major updates to program products must be performed and, if necessary, configured by the vendor as pan of any maintenance agreement. Copies of updated versions must be placed in escrow if applicable. cITY OF PALO ALTO: RFP 99680 27 PART II - SCOPE OF WORK OR SERVICES 2.4. Information Services The selected vendor must offer consulting, software design, and coding, as required for the following reasons: Assistance in conversions Software modifications Database design Data communications System optimization 3.0 TRAINING The selected vendor must provide all classes on-site. The selected vendor must allow for the agency’s participation in the development of the training schedule. At least two individuals will be designated as system administrators or, supervisors. Training will be provided for system administrators, at least two internal staff trainers and all end users. Classes must utilize a "hands-on" approach to learning. Courses should be separated into classroom lecture and discussion and hands-on labs for problem solving. Agency supervisors must be trained in the planning, implementation, and operations of the software. Months or years after the system is installed, the vendor must provide in-service training or refresher courses. Ability to provide simulated incidents for dispatcher training that do not affect live operations: (1) (2) o) Simulated incidents queue only to training position Training activity does not increment incident numbering Training activity does not change actual unit status on active monitors 4.0 DOCUMENTATION Documentation is an essential tool to address issues such as user acceptance, support CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES requirements, trouble shooting problems and easy software modification for future upgrade of the system. Complete documentation in areas such as programming, system, operational and user is expected. Program documentation is defined as that information written within the source code by the programmers. This will aid in maintaining the system in the event the programmers are no longer available. The vendor must be prepared to provide this documentation. The system manual must provide training instructions and reference information for the CAD system. This document must contain a system overview, listing design features and defining terms and techniques. Each subsequent section must contain a learning sequence covering the functions related to the section, illustrations, access information, a description and a procedure for each window or dialog included in the section. This manual must be both a training and reference tool for call takers and dispatchers who are responsible for operations in the Communications Center, as well as for administrators who are responsible for supervising the operation of the system. Documentation materials must also be provided on magnetic media with authorization to copy so the contents can be "cut and pasted" within other Department procedural material or instructions. 5.0 INSTALLATION AND IMPLEMENTATION The selected vendor must be staffed with professional service consultants with prior public safety service credentials. Services should include but not be limited to the following tasks: Confirm all required documentation is provided. Confirm correct levels of required software are provided. Review and confirm the training and installation plan. Set time frames and assign personnel to all tasks. Ensure name(s) of agency-appointed System Administrator. Discuss data conversion/installation. The selected vendor must provide on-site installation services after classes are completed. Vendor Responsibilities To provide equipment at established purchase charges with an option of the agency purchasing their own equipment. To provide technical assistance and guidance in the physical installation and CITY OF PALO ALTO: RFP 99680 29 PART II - SCOPE OF WORK OR SERVICES planning of the system. To provide education. To provide operating system, environmental, and application software and necessary support at established program prices. To provide programming and technical assistance if necessary. To continually provide the agency with information on new developments in system techniques and equipment which may apply to or enhance operations. Agency Responsibilities To validate plans proposed by the vendor, including equipment configurations, systems design, system installation, migration, procedures, and forms. To provide the physical site preparation for installation and operation of the equipment. To provide personnel, supervision, and management sufficient to obtain the desired results. 6.0 ACCEPTANCE TESTING CRITERIA 6.1 Module Acceptance The City expects .the vendor to allow an acceptance test period of up to 30 days for each module installed. Failure to successfully complete an acceptance test will require a plan by the vendor within three days of notice of failure. The plan should identify the process for correction. 6.2 Hardware Acceptance If hardware is supplied by the vendor, the City expects that acceptance will be based on a series of mutually agreeable criteria to simulate the traffic load at peak hours. Vendor supplied data for preliminary testing will not be used as a determining factor for final acceptance. Actual conditions must be the final determinant. Warranty periods should not begin until acceptance. 6.3 Final Acceptance Once all hardware, software, installation and training are completed, the City expects the vendor to allow a total system acceptance test period of 90 days under normal operational conditions using real time data. Users must be able to fully assess the functionality of the system in an operational environmer~t. Upon notice of failures during this testing phase, the testing period will be canceled and the vendor will immediately correct the deficiencies of the system. The test will begin again from ~31TY’OF PALO ALTO: RFP 99680 30 PART II - SCOPE OF WORK OR SERVICES the beginning after all identified problems are resolved. If problems resurface, the process will be repeated. If the vendor is not successful at repairing all problems to the satisfaction of the City, the City will continue the use the product until problems are resolved. Such use will not be viewed as a final acceptance of the product. Once the City is satisfied that all terms and agr6e.ments have been met, final acceptance can be executed. Software warranty and maintenance will not begin until that time. Vendors should consider potential delays caused by this process during installation and ensure that cost estimates accurately reflect true costs. 7.0 SYSTEM ENVIRONMENT 7.1 Hardware The network must consist of personal computers as workstations. High resolution monitors must be utilized for the dispatcher workstations. The CAD system hardware must be connected to an Uninterruptable Power Supply (UPS) for backup power. The vendor must specify if their proposal includes pricing for UPS equipment. If vendor’s intention is to use the Department’s existing UPS, proposed system equipment load and capacity specifications must be provided. The system must be flexible enough to be easily expanded with minimal disruption to operations. The agency must be given the option of purchasing their own hardware. 7.2 Local Area Network The system must operate in.a Local Area Network configuration. The proposed system should utilize a non-proprietary database capable of using SQL for report generation. 7.3 Windows ¯The system must utilize an open, industry standard tool set. It is desirable that functions and features of a 32bit Windows platform be available in the system. The user must have the ability to easily switch between applications. This includes switching among any workstation-based application the user may require (i.e., word processing, CITY OF PALO ALTO: RFP 99680 1 PART II - SCOPE OF WORK OR SERVICES spreadsheets, graphics, etc.) 8.0 COMMUNITY POLICING The system must facilitate community policing procedures. In order to address these special requirements the CAD system must provide: Multi-jurisdictional dispatch Special non-emergency call handling Flexible, multi-agency resource recommendation strategy Provide comprehensive information to the officer including ~tandard problem solving procedures and available community resources Ability to document the time spent and the location of non-incident activity END OF 8.0 COMMUNITY POLICING CITY OF PALO ALTO: RFP 99680 PART II - SCOPE OF WORK OR SERVICES PROPOSAL QUESTIONNAIRE Please read this questionnaire and complete it as a part of the response to the Request For Proposal. questionnaire will be used for evaluation along with the responses to the Request For Proposal. Date To CITY OF PALO ALTO Company: Software Proposed: Version Proposed: Date Released: This CRITERIA RESPONSE CUSTOMER BASE: Total Installed Base Total Users Number of Users of Version Proposed Total Sites Number of Sites Proposed Version Implemented Contract Dollars - Largest, Smallest REFERENCES: At least three Recent experience Duration of relationship QUALIFICATIONS OF PKINCIPALS AND STAFF: Years experience in industry Public & Stock Exchange / Private Staff Size - Management Staff Size - Sales Staff Size - Analysts ~taff Size - Programining / Testing Staff Size - Training Subcontracting Scope ¯ Experience in comparable organizations / How many Proximity to City and availability during project Organizational chart of project team Resumes CITY OF PALO ALTO: RFP 99680 33 ’" PART II - SCOPE OF WORK OR SERVICES FAMILIARITY WITH CITY: Prior work with this or other City departments Most recent experience FINANCIAL STABILITY Annual Financial Report Durra and Bradstreet Report Credit Report PRICE SUMMARY: Software Hardware Implementation Training Maintenance SCHEDULE: Duration - Elapsed time Major Milestones - Attach Resources USER COMMUNICATIONS: ’ User Group Meetings Web Site Newsletter APPLICATION SOURCE CODE: Included in Price Language(s) Company resources to complete enhancements DATABASE MANAGEMENT SYSTEMS: Specify License Included in Price / Additional NETWORK OPERATING S~’STEM/S: COMMUNICATIONS PROTOCOLS: CITY OF PALO ALTO: RFP 99680 "’ 34 ......... PART II - SCOPE OF WORK OR SERVICES INTERNET/INTRANET: CLIENT CONFIGURATIONS: SERVER CONFIGURATIONS: APPLICATION PERFORMANCE BENCHMARKS: IMPORT/EXPORT CAPABILITY REPORT WRITER: END OF SECTION CITY OF PALO ALTO: RFP 99680 POLICE DEPARTMENT COMMUNICATIONS DIVISION COMPUTER AIDED DISPATCH SYSTEM REQUEST FOR PROPOSAL (RFP) # 99680 PART III - CONTRACT ADMINISTRATION INSTRUCTIONS & FORMS CITY OF PALO ALTO PART III - INSTRUCTIONS AND FORMS CITY OF PALO ALTO - RFP I. ~INSTRUCTIONS A.INSTRUCTIONS TO PROPOSERS: Proposal Format: Proposals shall be submitted in accordance with the following Instructions to Proposers and the Scope of Work or Services - Specifications and Requirements (PAR. T III, herein) to. receive consideration: 1.0 Unless otherwise called for, six (6) coDies of the Proposal, typewritten, shall be submitted. 2.0 Proposals shall not. contain any modification of the work or services to be done under the scope of the project. Alternative proposals are acceptable when called for. Exceptions to requirements must be clearly identified in writing with full explanations. 2.1 When requested, the Proposer shall furnish a statement of financial responsibility and experience in the Proposal. 2.2 Before submitting a Proposal, the Proposer shall examine and read the enclosed documents, visit the site of the services to be provided if applicable, and be informed as to all existing conditions and limitations. 3.0 This RFP shall not commit the City to award a contract, to pay any costs incurred in the preparation of proposal made ~n response to this RFP, or to procure or contract for services. InterDretati0n: If any person contemplating the submittal of a proposal for the Project is in doubt as to the proposal procedures, such proposer should contact the City Manager of Purchasing/Contracting If he is in doubt as to the true meaning of any part of the requirements, work, or other proposed agreement documents, he should request that the City Project Manager pro.vide a written interpretation or correction thereof. The proposer submitting the request will be responsible for its prompt delivery. Any interpretation or correction of this RFP will be made only by addendum sent to those who have received an RFP. City will not I~e responsible for any other explanations or interpretations of the RFP. Withdrawal of Proposal: Any proposer may withdPaw a proposal, either personally or by telegraphic or written request, at any time prior to the scheduled closing time for receipt of the proposals in response to this RFP. No proposer may withdraw a proposal for a period of sixty (60) days after the time and date set for opening thereof. ProPosers Interested in More Than One Prooos6!; No person, firm or corporation shall be allowed to file or be interested in multiple proposals for the same work or services unless alternative proposals are requested. Addendum: Any addendum issued during this RFP process shall be indicated in the RFP response (PART II. ,"Acknowledgment") and shall be made a part of the agreement between the City and the selected Proposer. Prooosal List: Unless receipt of this RFP is acknowledged, in the form of a letter or a "no response," the Proposer’s name may be removed from the applicable mailing list. Mailing lists are maintained solely as an accommodation to proposers. A "No Response" response may be submitted on company letterhead or via FAX. Purchasing’s FAX: (415) 329-2468. CITY OF PALO ALTO - RFP 99680 INSTRUCTIONS PAGE 1 PART III - INSTRUCTIONS AND FORMS CITY OF PALO ALTO - RFP ODenina of Prooosals: All proposals, regardless of any irregularities or informalities, will be opened and only the name of the Proposer publicly read aloud at the time and place set forth herein. Late (delivered) proposals may be rejected. 1.0 In cases where only one proposal is received, such proposal will be publicly opened and the name of the Proposer read aloud. Proposers, or their representatives and other interested persons, may be present at the opening of the responses to the RFP. Disputes: In case of discrepancy between words and figures when evaluating the proposals, the words shall prevail; provided, however, that the City reserves the right to construe any proposal according to its true intent where it contains a patent mistake. Decision to Reje~l;: The City reserves the unfettered right to reject all. proposals for any reason or for no reason, to re-advertise a proposal, or to cancel a proposal listing and elect to perform the Project and Work itself. The City reserves the right to reject as non-responsive any proposal which is incomplete, modified, unsigned, or illegible or which is not otherwise submitted in accordance with the requirements of this Request For Proposal. Scope of Work orServiCe~: Proposer shall be deemed an independent contractor and not an agent, subcontractor or employee of the City. Proposer shall not enter into a subcontract agreement without City’s prior consent. The Services and Work required are attached hereto as PART II and incorporated herein by this reference. Reference to Cost or C0s’~s: Any reference to "cost" or "costs" throughout this document is done so purely on the basis of discovering the relationship of the overall estimated costs to budget available. The City shall select these services on the basis of demonstrated competence and on the professional qualifications necessary for the satisfactory performance of the services and work required. Invoicina and Verification of Costs; 1.0 Proposer shall submit invoices, monthly, in triplicate for tl~e cost of services provided during periods or as may be required in PART II as specified. Such costs shall be identified as defined in the Proposal project tasks and requirements from PART II of this RFP, with sufficient detail to provide verification of the invoiced amount. Invoices shall include all applicable supporting documentation and shall group charges by fee (where applicable), payroll costs billed and other expenses. 1.1 . Invoipes with proper documentation, and references, as outlined herein shall be submitted to the: CITY of PALO ALTO P.O. Box 10250 Palo Alto, CA 94303 Attention: John Bush. Pro!ect Manaaer 2°0 Consultant shall maintain books and records supporting all reimbursable costs for services provided under the agreement. City shall have access (within normal business hours) to such books and to all other records of the Proposer as required to verify any and all reimbursable costs invoiced. CITY OF PALO ALTO - RFP 99680 INSTRUCTIONS PAGE 2 PART III - INSTRUCTIONS AND FORMS CITY OF PALO ALTO - RFP B." .PRE-PROPOSAL CONFERENCE INFORMATION A pre-proposal conference IS SCHEDULED for this project. Please see information on date, time, and location in Part I herein. C.SUBMITTAL REQUIREMENTS As a minimum, interested Proposers shall provide the following: 4. 5. 6. 7. A brief statement of the Proposer’s overall understanding of the nature of the project and the services to be provided under this RFP. A detailed description of the approach proposed for completion of the Project, in accordance with the specifications or scope of work outlined in this RFP. A brief description of the background and capabilities of the Proposer, and any sub Proposers, and a statement of direct relevant experience with similar projects. Completeness of the Proposal submitted. Names of specific individuals, of both Proposer and any sub Proposer firms proposed for this project, including their role and relevant exp.erience with similar projects. The proposal shall include a detailed breakdown of costs by product.and, as may be applicable, an itemization of the hourly rate(s)of the Proposer and any sub Proposer(s). Five references including contact name, address and phone number. PROPOSER SELECTION PROCESS As a minimum, the evaluation of the proposals and selection of the-Proposer, including any proposed sub Proposers~ will be based on the following as well as the criteria listed in PART Ih o Qualifications and experience of proposed project manager and key staff; Similar experience and expertise in the type of work required; The response to this RFP, including the Proposer’s .approach and methodology proposed; and, The proposed fee relative to the services to be provided. The City may conduct interviews with the finalists candidates prior to selecting a Proposer. The interviews may be scheduled by the Project Manager. Finalists will be notified of the time and place of the interviews. Proposer will be selected based on the evaluation of proposals and interviews. END of SECTION CITY OF PALO ALTO - RFP 99680 INSTRUCTIONS PAGE 3 PART III - INSTRUCTIONS AND FORMS CITY OF PALO ALTO - RFP II.~ SPECIAL CONDITIONS Certification of Desion Documents: When applicable, all designs and construction drawings, specifications, reports and related design or construction documents or any other documents under the Project shall, if required by federal or California law or regulation, be certified by a registered professional engineer licensed to practice within the State of California. Conflict of Interest: The selected Proposer and any sub Proposer may be required to comply with City’s conflict of interest code by filing a financial disclosure form entitle.d "SYatement of Economic Interest, Form 730." This will depend on whether the Proposer or sub Proposer is a Proposer so defined under the California Political Reform Act and whether the range of duties and the services to be provided under the agreement entails the making or participation in the making of decisions by the Proposer or sub Proposer which may foreseeably have a material effect on any financial interest of the Proposer or sub Proposer with respect to the agreement and the nature of the services to be rendered will not be limited in scope nor primarily ministerial in nature. Force Ma!~ure. Performance of the agreement by each party shall be pursued with due diligence in all requirements hereof; however, neither party shall be liable for any delay or nonperformance due to causes not reasonably within its control. In the event of any delay resulting from such causes the time for performance and payment hereunder shall be extended for a period of time reasonably necessary to overcome the effect of such delays. In the event of any delay or nonperformance caused by such uncontrollable forces, the party affected shall promptly notify the other in writing of the nature, cause, date of commencement thereof and the anticipated extent of such delay, and shall indicate whether it is anticipated that the completion dates would be affected thereby. Insurance: The selected Proposer must provide a certificate of insurance in a form acceptable to City’s Risk Management prior .to entering into the agreement. The certificate shall evidence the Proposer’s insurance coverage in the forms and amounts set forth in Exhibit "A" or SECTION 00650 to this RFP. The Proposer shall maintain such insurance as will cover and include the entire obligation assumed in the agreement as well as such insurance as will protect the Proposer from claims and liability under Worker’s Compensation Acts~ personal liability, property damage, and all other claims for damages, including personal injury, and death, which may arise from operations under the agreement. For additional information contact Purchasing, (415) 329-2178. Ownershio: All drawings, plans, reports, specifications, calculations, and other documents prepared by the Proposer under the agreement shall become the property of City. In addition, any advertising, Iogos, graphics or other similar items developed at City’s expense shall become the property of City. At City’s request through .Purchasing or the Project Manager, such documents or items shall be delivered to City upon completion of Proposer’s services under the agreement; however, the Proposer may retain and use copies thereof. All non-final drafts, notes and working documents prepared by the Proposer during the term of the agreement, shall be retained by the Proposer for a period of three years, and shall be available to the City for review and copying upon 48 hours written notice. Records and Audits: Proposer shall maintainaccurate and complete records specifically relating to the Services provided under the agreement. Proposer shall also keep records and books of account showing all charges, disbursements, or expenses made or incurred by Proposer in the performance of the service herein. Records shall be created which are relevant in determining whether Proposer is complying with its obligations hereunder. City shall have the right to inspect and audit the books, records, and other items relating to this Agreement. Proposer shall provide security and retain such records and items for a period of three years from date of final payment under this agreement. CITY OF PALO ALTO - RFP 99680 INSTRUCTIONS PAGE 4 PART III - INSTRUCTIONS AND FORMS CITY OF PALO ALTO - RFP ,’ Security of Data: The Proposer agrees that any data provided by the City shall: 1.0 Be kept in confidence and not disclosed to third parties without the prior written approval of City; and 2.O Not be used in the production, or design of any article or material, report or press release, without City’s prior written consent. These obligations shall survive the termination of the agreement. The Proposer shall return and deliver all data to City upon City’s request, and in any event upon the completion or termination of all work hereunder, whichever first occurs, and the Proposer shall be fully responsible for the care and protection of data until such delivery. Scheduling: Proposer shall develop and maintain a detailed schedule for the work required under the agreement. Proposer shall submit progress data as required by the Project Manager which shall include the percentage complete and actual start date and actual finish dat~ for all activities worked on by Proposer under the Project as required by the Project Manager. Subcons~lting: Should any proposer contemplate sub consulting any part of the work or services under the Scope of Project, it shall submit with its proposal a description of the work or service to be done under such subcontracts together with the name of the proposed sub Proposers who shall perform any part of the Project. Taxes.’ Except where specifically provided, the proposal fee(s) shall include all federal, state, and local sales, use, excise, transportation, privilege, occupational, and other taxes applicable to service, ¯ materials or equipment furnished under the agreement or by the Proposer’s payroll. The Proposer agrees to indemnify and save City harmless from and against any liability for any such taxes, or payroll premiums and contributions. Chana~: The agreement shall not be assigned or transferred without the.written consent of City. No changes or variations of any kind are authorized without a written and signed amendment to the agreement. Standard of Perforn!~n(~: 1.O The selected Proposer shall be required to unconditionally warrant that it shall use sound and professional principles and practices in accordance with the highest degree of skill and care as those qbserved by national firms of established good reputation as well as the current normally accepted industry standards, in the performance of services required herein. The performance of the Proposer’s personnel .shall also reflect their best professional knowledge, skill and judgement. 2.0 If any failure to meet the foregoing warranty appears during the term of the agreement the City may terminate the agreement and require reimbursement of all expenses necessary to replace or restore such services. Jndemnitv: The selected Proposer hereby agrees to protect, indemnify, defend and hold harmless City, its officers, agents, and employees from any and all demands, claims or liability of any nature, including wrongful death, caused by or arising out of the Proposer’s, its officers’, agents’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which the law may impose CITY OF PALO ALTO - RFP 99680 INSTRUCTIONS PAGE PART III - INSTRUCTIONS AND FORMS CITY OF PALO ALTO - RFP strict liability on the Proposer in the performance or nonperformance of the agreement. Affirmative Action Reouirement: The Proposer shall be required to comply with all laws concerning non-discrimination and affirmative action in employment, and shall be subject to all penalties, including penalties set forth in the Palo Alto Municipal Code, in the event of a violation of this provision. City’s affirmative action guidelines and compliance report forms are available, when required, at the office of the Purchasing Manager in addition to those included herein. ADA Information: Persons with disabilities who require auxiliary aids or services in Using City facilities, services or programs; or who require this document be provided in other accessible formats; or who would like information on.the City of Palo Alto’s compliance with the Americans with Disabilities Act (ADA) of 1990 should contact the ADA Director for the City of Palo Alto at (415) 329-2550. Interest of ProPoser: At all times the Proposer shall bedeemed to be an independent contractor-and the proposer shall not be authorized to bind City to any contract or other obligation. Under the agreement, the Proposer shall certify that no one who has or will have any financial interest under the agreement is an officer or employee of City. Entire Aqreem~nl;: The agreement between City and the selected Proposer will constitute the entire agreement of the parties hereto, and will supersede any previous agreement or understandings. The agreement may not be modified except in writing and executed by both parties. i~ The laws of the State of California shall govern this RFP process and the agreement. All services provided to City shall comply with all policies, rules and regulations which may be in effect during the term of the agreement, as well as all federal, California and local statutes, ordinances, and regulations. .~ The City desires a license to use any Software (Software) required by/in the computer aided dispatch system specified herein. 1.0 Software License Option 1: The price of a nonexclusive annual license, with a fixed annual maintenance fee for each of the first five years following installation shall be proposed. 2.0 Software License Option 2: The price for a nonexclusive perpetual license shall be separately proposed. Standards for the Svstem: "l:he System shall be completed in accordance with the specifications of City as described in PART II of this RFP. The System shall pass an "acceptance testing" as required by the specifications and performance requirements herein. Acceptance Test: During the on-site installation and training phase of the System, City with Proposer’s cooperation, shall perform a test of the System as required in PART II of this RFP or as a minimum the Acceptance Test shall be performed to determine whether: 1.O the System meets the specifications, performs the functions and operates in accordance with Proposer’s warranties and the specifications and performance requirements herein; CITY OF PALO ALTO - RFP 99680 INSTRUCTIONS PAGE 6 PART III - INSTRUCTIONS AND FORMS CITY OF PALO ALTO - RFP ~ 2.0 the system is capable of running on a repetitive basis; and 3.0 the System will operate within the full capabilities given command documentation as described in PART II of this RFP. 4.0 Each major hardware system and subsystem shall be tested to operate within criteria set forth in PART II of this RFP. 5.0 The system shall meet site plan in in,stallation environment specifications, including necessary site modifications for environment adequacy. In performing the Acceptance Test, data will be prepared by City to exercise the System’s abilities under all possible conditions. The results of the Acceptance Test will be analyzed by the City’s Project Manager to determine the accuracy, completeness and acceptability of the System. Additional Warranties and Limitation of Liability; The following warranties and limitations will be considered a part of any contract or agreement as a result of this RFP. 1.0 The Proposer shall warrant that it is the true and lawful owner of the hardware and or software and other deliverablesto the City. Proposer (Licensor) shall warrant that it has the full right, power and authority to grant to City (Licensee) a license for the use of all software. 2.0 Proposer shall warrant to City that upon Acceptance, the System will function in accordance with PART II of this RFP. End of Instructions Section CITY OF PALO ALTO - RFP 99680 INSTRUCTIONS PAGE 7 PART III - BIDDER’S SIGNATURE PAGE SECTION 305 The undersigned hereby certifies that, directly or indirectly, they or their representatives and agents have not colluded with other parties interested in this Invitation For Bid. Bidder is a: D California Corporation, or a [] California Limited Liability Company, or a [~ Corporation organized under the laws of the State of with head offices located at and offices in California at (Attach addendum if necessary) [] Sole Proprietorship including any fictitious business names (i.e., "dba"), or a ~ Partnership (list names of partners; state which partner or partners are managing partner(s). (Attach addendum). [] Other (Attach addendum specifying details). Dated 19 Company Name of Bidder: Title: Address #1:Address #2: City:State, Zip: Fax No:Telephone: Contractor License #/Type:IRS #: Name of Contact Person:Telephone: Must be same signature as will appear on Contract. Signature of Officer/Owner: Printed Name of Signatory: End of Section CITY OF PALO ALTO: BIDDER’S SIGNATURE PAGE RFP 99680 SECTION 305 PART III - ACKNOWLEDGMENT OF ADDENDA SECTION 310 ’- During the Bid process there may be changes to the Bid documents which would require an issuance of an Addendum or Addenda. To assure that all Bidders receive the update or change Addendum, the following acknowledgment and sign-off is required. NOTE: Failure to execute the following may be considered as an irregularity in the Bid. Receipt of the following Addendum is acknowledged. The Bidder acknowledges that the information contained in the addendum has been considered in the preparation of this Bid. Addendum No. (None__), (1__), (2__), (3__), (4__), (5__) (Check appropriate space/number above) Signature of Bidder Company If required, a copy of the contractor’s license as described in SECTION 300 shall be attached to the Signature Page, (SECTION 305) of the IFB. END OF SECTION CITY OF PALO ALTO: ACKNOWLEDGMENT OF ADDENDA RFP 99680 "’ SECTION 310 PART III - SUPPLEMENTAL FORMS SECTION 420 CITY of PALO ALTO ¯ EXPERIENCE AND F/NANCIAL QUALIFICATIONS The following information concerning the experience and financial qualifications of the Contractor or Consultant (Proposer) are a required part of the Proposal. This information may be included in the Proposer’s proposal format; this format is provided for information required only. The information may be used in the Proposal’s evaluation and is certified correct by your signature herein. PROJECT NAME: Name of Company: Name of Insurance Carrier: Phone Number:Policy Number: 1.How many years have you (or your firm) done business under the name listed above? How many years experience have you (or your firm) had which is similar in nature to the work covered in the Proposal? Please provide (in your proposal) relevant references to contracts satisfactorily completed in the last three (3) years. The ,information should include: Year; Type Of services; Company/Agency name and location; and Contract amount. 3.1 Have you (or yourfirm) previously worked for the City of-Palo Alto? r--I Yes 1"3 No If yes, please include the information in your proposal.’ Please provide (in your proposal) a list of the Project’s management staff of the proposer who will manage the proposed work as may be required by the Scope of Work or Services listed herein. The information should include; Name; Years of Experience; Field of Expertise/ Capabilities. State location (in your proposal) of information requested under items 1 - 4 above: 1.2.3.4. Proposer (Company Name) (Name/Title)(Date) END OF SECTION CITY OF PALO ALTO: EXPERIENCE/FINANCIAL RFP 99680 SECTION 420 PART III - CERTIFICATION of NONDISCRIMINATION SECTION 410 Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo Alto,- the firm and individuals listed below certify that they do not discriminate in employment with regards to age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment; and that they agree to demonstrate positively and aggressively the principle of equal opportunity in employment. The Bidder agrees specifically: 1.0 To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2.0 To communicate this policy to all persons concerned, including all employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3.0 To take affirmative action steps to hire minority employees within the organization. 4.0 To be knowledgeable of the local, state, and federal laws and regulations concerning affirmative action policies and provide opportunities .for employees. Firm:DATE: ........ Title of Officer Signing:. Signature ... Please include any additional information available regar~ling equal opportunity employment programs now in effect within your company. (Please attach additional pages if necessaq/) END OF SECTION CITY OF PALO ALTO: NON-DISCRIMINATION RFP 99680 "SECTION 410 EXHIBIT "E" NONDISCRIMINATION COMPLIANCE FORM PART III - CERTIFICATION of NONDISCRIMINATION SECTION 410 Certification of Nondiscrimination: As suppliers of goods or services to the City of Paio Alto, the firm and individuals listed below certify that they do not discriminate in employmentwith regards to age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they are in compliance with all ’Federal, State and local directives and executive orders regarding nondiscrimination in employment; and that they agree to demonstrate positively and aggressively the principle of equal opportunity in employment. The Bidder agrees specifically: 1.0 To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2.0 To communicate this policy to all persons concerned, including all employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3.0 To take affirmative action steps to hire minodty employees within the organization: 4.0 To be knowledgeable of the local, state, and federal laws and regulations concerning affirmative action policies and provide .opportunities for employees. Firm: Public Safety Systems Inc DATE: 9/16/97 Title of Officer Signing: President Signature ~ ~::~,,~ Please include any additional information available regarding equal opportunity employment programs now in effect within your company. (Please attach additional pages if necessary) END OF SECTION ~31TY OF PALO AL’rO: NON.DISCRiMINATION RFP 99680 .....SECTION 410 City of Palo Alto RFP #99680 AFFIRMATIVE A CTION PLAN Equal and fair treatment will be provided to all employees regardless of race, color, religion, national origin, gender, age or disability. A complete up-to-date workforee profile which records employees by race or ethnicity, gender and job classification, will be maintained. All employees will be advised at time of employment that the firm is an Equal Opportunity/Reasonable Accommodation Employer and that hiring, promotion or demotion is based only on the individual’s qualifications and ability to perform the work. The firm will cooperate with and Support apprenticeship training programs based on strict non-discrimination. The firm has appointed Louis E. Henneke to serve as the Equal Employment Officer who is authorized to supply reports and represent this firm in all matters regarding this affirmative action plan. The name, address and telephone number of the Equal Employment Officer will be posted in a conspicuous place or places. This Officer will be responsible for: a. Seeking to utilize minorities, females and disabled individuals to the same degree as all others, based on the following factors. (1) Percentage of minorities, females and disabled individuals in the company’s workforce as compared with the labor market area. (2) Local availability of minorities, females and disabled individuals having the skill to employ. (3) Availability ofpromotable minorities, females and disabled individuals in our company. (4) Existence of training institutions to train minorities, females and disabled individuals. (5)The internal skills training our company offers for minorities, females and disabled individuals. b. Supervision of periodic audits of employment practices including: (1) applicant flow (2) promotion (3) training. c. Contacts with recruitment sources for qualified minorities, females and disabled individuals. Notification to employees regarding promotions or vacancies to ensure equal opportunity. d. Instruction of all supervisory personnel regarding their responsibility for equal employment opportunity and non-discrimination requirements. e. Periodic reviews with all supervisory personnel to ensure that the program is being implemented at all levels. EXHIBIT "D" INSURANCE REQUIREMENTS PART III - INSURANCE REQUIREMENTS SECTION-650 Insurance Requirements for Contractors CONTRACTOR: PROJECT MANAGER: CONTRACT NAME: Public Safety Systems Inc To,Be Determined COMPUTER AIDED DISPATCH SYSTEM GENERAL TERMS AND INSTRUCTIONS TH~S INSTRUCT!ON SHEET SHOULD BE GIVEN TO YOUR INSURANCE AGENT/BROKER. CONTRACTORS TO THE CITY OF PALO ALTO, AT THEIR SOLE EXPENSE SHALL OBTAIN AND MAINTAIN INSURANCE FOR THE TERM OF THE CONTRACT. CONTRACTORS WILL BE REQUIRED TO PROVIDE A CERTIFICATE EVIDENCING THE INSURANCE AND NAMING THE CITYAS AN ADDITIONAL INSURED, ALL INSURANCE COVERAGE REQUIRED SHALL BE PROVIDED THROUGH CARRIERS WITH A ’BEST RATING OF A: X OR HIGHER THAT ARE ADMF~’ED TO DO BUSINESS IN THE STATE OF CALIFORNIA.THE CERTIFICATE OF INSURANCE MUST BE COMPLETED AND EXECUTED BY AN AUTHORLZED REPRESENTATIVE OF THE COMPANY PROVIDING INSURANCE, FILED ~I"H THE CITY, AND APPROVED BY THE CRY BEFORE CONTRACT WILL BE CONSIDERED COMPLETE AS RESPECTS INSURANCE. RETURN THE COMPLETED CERTIFICATE TO THE CITY OF PALO ALTO, PURCHASING & CONTRACT ADMINISTRATION, 250 HAMILTON AVENUE, PALO ALTO 94301. D. E. F. THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED FOR THIS CONTRACT. TYPE OF COVERAGE REQUIREMENT [~Worker’s Compensation "Statutory __~.Comprehensive Gene~l Liabili~:BODILY INJURY $I,~,~PROPER~ D~GE $I ,~,~INCLUDING: * PERSO~ INJURY " BRO~ FORM PROPER~ D~GE BODILY INJURY & PROPER~ *B~ CO~CTU~D~GE COMBINED $I ,~,~ *FIRE LEG~ LI~ILITY ~ ,Comprehensive Automobile Liablli~:BODILY INJURY (Ea~ P~)$I~,~ INCLUDING:BODILY.INJURY (E=~ ~) PROPER~ D~GE" O~ED BODILY INJURY & PROPER~ " HIRED D~GE COMBINED $I " NON-O~ED ~ Profe~ional Llablll~: INCLUDING: *ERRORS ~D OMISSIONS ALL DA~GES $I,000,0~ ,, * N~GLIGE~PERFOR~CE . , ,, ~THE CI~ OF PALO ALTO IS TO BE NAMED AS AN ADDITIO~L INSURED LONG FORM (Mi.nimum Umits) AGGRI=GAI~ $1,~,~ $1 ,~,~ The City of PaiD Alto, its officers, agents and employees are named as additional insured, but only as to work performed under contract. Said coverage as to the City of Paid Alto, etc., shall be pdmaw coverage, without offset against City’s existing insurance and any otherinsurance carded by the City being excess insurance only. Where the work involves grading, paving, excavating, ddlling or other underground work, the policy includes destruction of wires, conduits, pipes, mains, or other similar property or any apparatus in connection therewith below the surface of the ground whether owned by third parties or the City of Paid Alto. Where the work involves excavating, collapse coverage is provided in the amounts above. The policy includes a "Severabitity of Interest" provision. Deductibles over $5,000 must be indicated and are subject to approval. If such policies are canceled or changed during the period of coverage as stated herein, in such a manner as to affect the Certificate, thirty (30) days written notice will be mailed to the City of Paid Alto, Contract Administration, P.O. Box 10250, 94303 The liability insurance pclicy includes a contractual liability endorsement providing insurance coverage for Contractor’s agreement to indemnify the City. The coverage afforded under the policies is sut~ject to all terms of the policies designated herein and meets all of the provisions called for herein. DATE: /~" ~, ~7 CONTRACT Femando ~ END OF SECTION (415) 329-2460 CITY OF PALO ALTO: INSURANCE REQUIREMENTS RFP 99680 SECTION 00650