Loading...
HomeMy WebLinkAbout1996-09-09 City CouncilTO: of Palo Alto Manager’s Report HONORABLE CITY COUNCIL 3 FROM:CITY MANAGER DEPARTMENT: POLICE AGENDA DATE: SUBJECT: September 9, 1996 CMR: 372:96 Approval of Agreement with The Abbey Group Public Safety Consultants for Computer Aided Dispatch Consultant Services REQUEST This report requests that Council authorize the Mayor to execute the attached agreement in the amount of $39,500 with The Abbey Group Public Safety Consultants for consulting services. On March 18, 1996, the Council approved staffs request to reject a proposal for a Computer Aided Dispatch System (CAD) from the Unisys Corporation. Additionally, Council approved the expenditure of Capital Improvement Project #19109 funds to hire a consultant to: 1) update the original needs analysis completed in 1991; 2) conduct in-depth research into available systems, and 3) provide information regarding the feasibility and cost effectiveness of in-house development of a CAD system versus the purchase of a system from a vendor. Funds for this agreement are included in CIP Project # 19109. RECOMMENDATIONS Staff recommends that Council approve the attached agreement with The Abbey Group Public Safety Consultants to provide consulting services for a Computer Aided Dispatch System. POLICY IMPLICATIONS The approval of this agreement is consistent with existing policies. Based upon the recommendations developed by the consultant, staffwill retum to Council with information and specific recommendations regarding a CAD system. CMR:372:96 Page 1 of 3 EXECUTIVE SUMMARY Summary. of Project As part of the Capital Improvement Project # 19109, staff sent out a Request For Proposal (RFP) for the purchase of a CAD system. After the normal City selection process, the Unisys Corporation was chosen as the vendor. After several months of negotiations with Unisys Corporation, during which obstacles in reaching an agreement became apparent, staff returned to Council on March 18, 1996 and received approval to reject the proposal, (CMR:.143-96). At the same time, Council approved staffs request to utilize project funds to hire a consultant to update the needs assessment that was completed over five years ago, to ensure that the system needs identified at that time are still accurate; to conduct an extensive survey of existing off-the- shelf CAD systems, their cost, system compatibility, and support factors; and to .complete a cost and feasibility assessment of developing, an in-house CAD system in comparison to the purchase of a packaged product. The final objective is.for the consultant to deliver a report recommending the approach that will best meet the needs of the City while minimizing the costs. Upon completion of the consultant’s work, staff would return to Council with the information and recommendations. It should be noted that staff received Council approval not to return to the Finance Committee for the purpose of scoping the agreement, in order to avoid any time delay. Selection Process On May 10, 1996, a formal RFP was distributed to 25 consulting firms. The closing date for responses was June 11, 1996. Four firms responded with proposals. Staff has been able to determine that a number of the firms did not respond, because they were involved in other projects and did not feel that they could adequately take on more work at this time or because this project was not within the scope of their expertise. A selection committee, consisting of the Assistant Police Chief, the Manager of Information Technology, the Coordinator of Communications Services, the Police Administrator, the Police Computer. Systems Manager, the Fire Department’s Emergency Medical Services Chief and a Fire Captain, reviewed the four proposals. All four vendors were invited to participate in interviews. The committee reviewed each vendor’s proposal and interview responses using the following criteria: the consultant’s understanding of the project objectives, proposed development of a work plan, previous experience of the firm, previous experience of the consultant staff, references, costs and expected assistance from City staff. After careful consideration, the Committee selected The Abbey Group Public Safety Consultants of Nevada City, California. The Abbey Group was selected because of their: 1) experience in planning and managing public safety systems; 2) experience in implementation of innovative software solutions designed to enhance the ability CMR:372:96 Page 2 of 3 to serve the community; 3) overall understanding of the project; 4) objective of providing a clear picture of present and future CAD needs for public safety, in relationship to the community as well as other City departments; and 5) commitment to meet or exceed the requirements set forth in fhe RFP. FISCAL IMPACT Funds for this agreement, in the amount of $39,500, are included in the CIP 19109 budget. ENVIRONMENTAL ASSESSMENT This project is not a project for purposes of CEQA. ATTACHMENTS Copy of Final Agreement Copy of RFP CMR:143.96 PREPARED BY:Lynne Johnson, Assistant Police Chief John Bush, Communications Coordinator DEPARTMENT HEAD REVIEW: Police Chief CITY MANAGER APPROVAL: FLEMING, CMR:372:96 Page 3 of 3 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND ABBEY GROUP CONSULTANTS FOR CONSULTING SERVICES This Contract No. is entered into , by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and ABBEY GROUP CONSULTANTSr a California partnership, located at 206 Sacramento Street, Suite 210, Nevada City, CA 95959 ("CONSULTANT"). RECITALS: WHEREAS, CITY desires certain professional consulting services ("Services") and the preparation and delivery of, without limitation, one or more sets of documents, drawings, maps, plans, designs, data, calculations, surveys, specifications, schedules or other writings ("Deliverables") (Services and Deliverables are, collectively, the "Project"), as more fully described in Exhibit "~’; and WHEREAS, CITY desires to engage CONSULTANT, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONSULTANT has offered to complete the Project on the terms and in the manner set forth herein; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Contract, the parties agree: SECTION i. TERM i.i This Contract will commence on the date of its execution by CITY, and will terminate upon the completion of the Project, unless this Contract is earlier terminated by CITY. Upon the receipt of CITY’s notice to proceed, CONSULTANT will commence work on the initial and subsequent Project tasks in accordance with the time schedule set forth in Exhibit "A". Time is of the essence of this Contract. In the event that the Project is not completed within the time required through any fault of CONSULTANT, CITY’s city manager will have the option of extending the time schedule for any period of time. This provision will not preclude the recovery of damages for delay caused by CONSULTANT. SECTION 2.SCOPE OF PROJECT;CHANGES & CORRECTIONS 2.1 The scope of Services andDeliverables constituting the Project will be performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described below. 960730 syn 0042644 \ 2.2 CITY may order substantial changes in the scope or character of the Basic Services, the Deliverables, or the Project, either decreasing or increasing the amount of work required of CONSULTANT. In the event that such changes are ordered, subject to the approval of CITY’s City Council, as may be required, CONSULTANT will be entitled to full compensation for all work performed prior to CONSULTANT’s receipt of the notice of change and further will be entitled to an extension of the time schedule. Any increase in compensation for substantial changes will be determined in accordance with the provisions of this Contract. CITY will not be liable for the cost or payment of any change in work, unless the amount of additional compensation attributable to the change in work is agreed to, in writing, by CITY before CONSULTANT commences the performance of any such change in work. 2.3 Where the Project entails the drafting and submission of Deliverables, for example, construction plans, drawings, and specifications, any and all errors, omissions, or ambiguities in the Deliverables, which are discovered by CITY before invitations to bid on a construction project (for which the. Deliverables are required) are distributed by CITY, will be corrected by CONSULTANT at no cost to CITY, provided CITY gives notice to CONSULTANT. 2°4 Any and all errors, omissions, or ambiguities in the Deliverables, which are discovered by CITY after the construction contract is awarded by CITY, will be performed by CONSULTANT, as follows: (a) at no cost to CITY insofar as those Services, including the Basic -Services or the Additional Services, as described below, or both, will result in minor or nonbeneficial changes in the construction work required of the construction CONSULTANT; or (b) at CITY’s cost insofar as those Services, including the Basic Services or the Additional Services, or both, will add a direct and substantial benefit to the construction work required of the construction CONSULTANT. The project manager in the reasonable exercise of his or her discretion will determine whether the Basic Services or the Additional Services, or both, will contribute minor or substantial benefit to the construction work. SECTION 3. CONSULTANT QUALIFICATIONS,STATUS,AND DUTIES OF 3.1 CONSULTANT represents and warrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services and Deliverableso CONSULTANT further represents and warrants that the project director and every individual, including any consultant (including CONSULTANTs), charged with the performance of the Services are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services, and that the Project will be executed by them or under their supervision. CONSULTANT will furnish to CITY for approval, prior 960730 syn 0042644 2 to execution of this Contract, a list of all individuals and the names of their employers or principals to be employed as consultants. 3.2 In reliance on the representations and warranties set forth in this Contract, CITY hires CONSULTANT to execute, and CONSULTANT covenants and agrees that it will execute or cause to be executed, the Project. 3.3 CONSULTANT will assign JOHN ABBEY as the project director to have supervisory responsibility for the performance, progress, and execution of the Project. ALEC GAGNE will be assigned as the project coordinator who will represent CONSULTANT during the day-to-day work on the Project. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director or project coordinator for any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior written approval of the project manager. 3.4 CONSULTANT represents and warrants that it will: 3.4.1 Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawful prosecution of the Project; 3.4.2 Keep itself fully informed of all existing and future Federal, State of California, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract and anymaterials used in CONSULTANT’s performance of the Services; 3.4.3 At all times observe and comply with, and cause its employees and consultants, if any, who are assigned to the performance of this Contract to observe and comply with, the laws, ordinances, regulations, orders and decrees mentioned above; and 3.4.4 Will report immediately to the project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to the Deliverables. 3.5 Any Deliverables given to, or prepared or assembled by, CONSULTANT or its consultants, if any, under this Contract will become the property of CITY and will not be made available to any individual or organization by CONSULTANT or its consultants, if any, without the prior written approval of the city manager. 3.6 CONSULTANT will provide CITY with ten (I0) copies of any documents which are a part of the Deliverables upon their completion and acceptance by CITYo 960730 syn 0042644 3.7 If CITY requests additional copies of any documents which are a part of the Deliverables, CONSULTANT will provide such additional copies and CITY will compensate CONSULTANT for its duplicating costs. 3.8 CONSULTANT will be responsible for employing or engaging all persons necessary to execute the Project. All consultants-of CONSULTANT will be deemed to be directly controlled and supervised by CONSULTANT, which will be responsible for their performance. If any employee or consultant of CONSULTANT fails or refuses to carry out the provisions of this Contract or appears to be incompetent or to act in a disorderly or improper manner, the employee or consultant will be discharged immediately from further performance under this Contrac£ on demand of the project manager. 3.9 In the execution of the Project, CONSULTANT and its consultants, if any, will at all times be considered independent contractors and not agents or employees of CITY. 3.10 CONSULTANT will perform or obtain or cause to be performed or obtained any and all of the following Additional Services, not included under the Basic Services, if so authorized, in writing, by CITY: 3.10.1 Providing services as an expert witness in connection with any public hearing or meeting, arbitration proceeding,or proceeding of a court of record; 3.10.2 Incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 3.10.3 Performing any other Additional Services that may be agreed upon by the parties subsequent to the execution of this Contract; and 3.10.4 Other Additional Services now or hereafter described in an exhibit to this Contract. 3.11 CONSULTANT will be responsible for employing all consultants deemed necessary to assist CONSULTANT in the performance of the Services. The appointment of consultants must be approved, in advance, by CITY, in writing, and must remain acceptable to CITY during the term of this Contract° SECTION 4. DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished the services listed in Exhibit "A" and-such information regarding its requirements applicable to the Project as may be reasonably requested by CONSULTANT. 960730 syn 0042644 4 4.2 CITY will review and approve, as necessary, in a timely manner the Deliverables and each phase of work performed by CONSULTANT. CITY’s estimated time of review and approval.will be furnished to CONSULTANT at the time of submission of each phase of work. CONSULTANT acknowledges and understands that the interrelated exchange of information among CITY’s various departments makes it extremely difficult for CITY to firmly establish the time of each review and approval task. CITY’s failure to review and approve within the estimated time schedule will not constitute a default under this Contract. 4.3 The city manager will represent CITY for all purposes under this Contract. JOHN BUSH is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Project, and will be assisted by PETE HAZARIAN, the police administrator. 4.4 If CITY observes or otherwise becomes aware of any default in the performance of CONSULTANT, CITY will use reasonable efforts to give written notice thereof to CONSULTANT in a timely manner. SECTION 5.COMPENSATION 5.1 CITY will compensate CONSULTANT for the following services and work: 5.1.1 In consideration of the full performance of the Basic Services, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed Thirty-Nine Thousand Five Hundred Dollars ($39,500). The amount of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibit "B", on a time and materials basis, up to the maximum amount set forth in this Section. The fees of the consultants, who have direct contractual relationships with CONSULTANT, will be approved, in advance, by CITY. CITY reserves the right to refuse payment of such fees, if such prior approval is not obtained by CONSULTANT. 5.1.2 In consideration of the full performance of Additional Services, the amount of compensation set forth in Exhibit "B" will not exceed N/A dollars ($ N/A ). An employee’s time will be computed at a multiple of N/A times the employee’s direct personnel expense described below. The rate schedules may be updated by CONSULTANT only once each calendar year, and the rate schedules will not become effective for purposes of this Contract, unless and until CONSULTANT gives CITY thirty (30) days’ prior written notice of the effective date of any revised rate schedule. 5.1.3 The full payment of charges for extra work or changes, or both, in the execution of the Project will be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the project manager. Payment will be made within thirty (30) days of submission by CONSULTANT of a 960730 syn 0042644 5 statement, in triplicate, of itemized costs covering such work or changes, or both. Prior to commencing such extra work or changes, or both, the parties will agree upon an estimated maximum cost for such extra work or changes. CONSULTANT will not be paid for extra work or changes, including, without limitation, any design work or change order preparation, which is made necessary on account of CONSULTANT’s errors, omissions, or oversights. 5.1.4 Direct personnel expense of employees assigned to the execution of the Project by CONSULTANT will include only the work of architects, engineers, designers, job captains, draftspersons, specification writers and typists, in consultation, research and design, work in producing drawings, specifications and other documents pertaining to the Project, and in services rendered during construction at the site, to the extent such services are expressly contemplated under this Contract. Included in the cost of direct personnel expense of these employees are salaries and mandatory and customary benefits such as statutory employee benefits, insurance, sick leave, holidays and vacations, pensions and similar benefits. 5.2 The schedule of payments will be made as follows: 5.2.1 Payment of the Basic Services will be made in monthly progress payments in proportion to the quantum of services performed, or in accordance with any other schedule of payment mutually agreed upon by the parties, as set forth in Exhibit "B", or within thirty (30) days of submission, in triplicate, of such requests if a schedule of payment is not specified. Final payment will be made by CITY after CONSULTANT has submitted all Deliverables, including, without limitation, reports which have been approved by the project manager. 5.2.2 Payment of the Additional Services will be made in monthly progress payments for services rendered, within thirty (30) days of submission, in triplicate, of such requests. 5.2.3 No deductions will be made from cONSULTANT’s compensation on account of penalties, liquidated damages, or other sums withheld by CITY from payments to general contractors. SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS 6.1 Records of the direct personnel expenses and expenses incurred in connection with the performance of Basic Services and Additional Services pertaining to the Project will be prepared, maintained, and retained by CONSULTANT in accordance with generally accepted accounting principles and will be made available to CITY for auditing purposes at mutually convenient times during the term of this Contract and for three (3) years following the expiration or earlier termination of this Contract. 6.2 The originals of the Deliverables prepared by or under the direction of CONSULTANT in the performance of this Contract will become the property of CITY irrespective of whether 960730 syn 0042644 6 the Project is completed upon CITY’s payment of the amounts required to be paid to CONSULTANT. These originals will be delivered to CITY without additional compensation. CITY will have the right to utilize any final and incomplete drawings, estimates, specifications, and any other documents prepared hereunder by CONSULTANT, but CONSULTANT disclaims any responsibility or liability for any alterations or modifications of such documents° SECTION 7. INDEMNITY 7.1 CONSULTANT agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents, from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CONSULTANT’s, its officers’, agents’, consultants’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONSULTANT in the performance of or failure to perform its obligations under this Contract. SECTION 8. WAIVERS 8.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Contract or of the provisions of any ordinance or law will not be deemed to. be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violation of the same or of any other covenant, term, condition, provision, ordinance or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder will not be deemed to be a waiver of any preceding breach or violation by the other party of any covenant, term, condition or provision of this Contract or of any applicable law or ordinance. 8.2 No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights .under this Contract. SECTION 9.INSURANCE 9.1 CONSULTANT, at its sole cost and expense, will obtain and maintain, in full force and effect during the term of this Contract, the insurance coverage described in Exhibit "C", insuring not only CONSULTANT and its consultants, if any, but also, with the exception of workers’ compensation, employer’s liability and professional liability insurance, naming CITY as an additional insured concerning CONSULTANT’s performance under this Contract. 9°2 All insurance coverage required hereunder will be provided through carriers with Best’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 consultants of CONSULTANT retained to perform Services under this Contract will obtain and 960730 syn 0042644 7 maintain, in full force and effect during the term of this Contract, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 9.3 Certificates of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. 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 the 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 Contract with the city clerk. 9.4 The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfili the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or loss arising after the Contract is terminated or the term has expired. SECTION i0.WORKERS’ COMPENSATION i0.i CONSULTANT, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the State of California 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 the Project° PROJECT SECTION ii TERMINATION OR SUSPENSION OF CONTRACT OR ii.I The city manager may suspend the execution of the Project, in whole or in part, or terminate this Contract, with or without cause, by giving thirty (30) days’ prior written notice thereof to CONSULTANT, or immediately after submission to CITY by CONSULTANT of any completed item of Basic Services. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance under this Contract. 11.2 CONSULTANT may terminate this Contract or suspend its execution of the Project by giving thirty (30) days’ prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY or in the event CITY indefinitely withholds or withdraws its request for the initiation or con£inuation of Basic Services or the execution of the Project. 960730 syn 0042644 11.3 Upon CONSULTANT will be Additional Services such suspens ion or t e rminat ion by CITY, compensated for the Basic Services and performed and Deliverables received and approved prior to receipt of written notice from CITY of such suspension or abandonment, together with authorized additional and reimbursable expenses then due. If the Project is resumed after it has been suspended for more than 180 days, any change in CONSULTANT’s compensation will be subject to renegotiation and, if necessary, approval of CITY’s City Council° If this Contract is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY, as such determination may be made by the city manager in the reasonable exercise of her discretion. 11.4 In the event of termination of this Contract or suspension of work on the Project by CITY where CONSULTANT is not in default, CONSULTANT will receive compensation as follows: 11.4.1 For approved items of services, CONSULTANT will be compensated for each item of service fully performed in the amounts authorized under this Contract. 11.4.2 For approved items of services on which a notice to proceed is issued by CITY, but which are not fully performed, CONSULTANT will be compensated for each item of service in an amount which bears the same ratio to the total fee otherwise payable for the performance of the service as the quantum of service actually rendered bears to the services necessary for-the full performance of that item of service. 11.4.3 The total compensation payable under the preceding paragraphs of this Section will not exceed the payment specified under Section 5 for the respective items of service to be furnished by CONSULTANT. 11.5 Upon such suspension or termination, CONSULTANT will deliver to the city manager immediately any and all copies~of the Deliverables, whether or not completed, prepared by CONSULTANT or its consultants, if any, or given to .CONSULTANT or its consultants, if any, in connection with this Contract. Such materials will become the property of CITY. 11.6 The failure of CITY to agree with CONSULTANT’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONSULTANT to fulfill its obligations under this Contract. SECTION 12o ASSIGNMENT 12.1 This Contract is for the personal services of CONSULTANT, therefore, CONSULTANT will not assign, transfer, convey, or otherwise dispose of this Contract or any right, title or interest in or to the same or any part thereof without the prior 960730 syn 0042644 written consent of CITYo A consent to one assignment will not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of CITY will be void and, at the option of the city manager, this Contract may be terminated. This Contract will not be assignable by operation of law. SECTION 13.NOTICES 13.1 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 To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 14.CONFLICT OF INTEREST 14.1 In accepting this Contract, CONSULTANT 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. 14.2 CONSULTANT further covenants that, in the performance of this Contract, it will .not employ contractors or persons having such an interest mentioned above. CONSULTANT certifies that no one who has or will have any financial interest under this Contract is an officer or employee of CITY; this provision will be interpreted in-accordance with the applicable provisions of the PaloAlto Municipal Code and the Government Code of the State of California. SECTION i5.NONDISCRIMINATION 15.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of persons under this Contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONSULTANT .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 "D". 960730 syn 0042644 10 15.2 CONSULTANT agrees that each contract for services from independent providers will contain a provision substantially as follows: "[Name of Provider] will provide CONSULTANT with a certificate stating that [Name of Provider] is currently in compliance with all Federal and State of California laws covering nondiscrimination in employment; that [Name of Provider] will pursue an affirmative course of action as required by the Affirmative Action Guidelines of the City of Palo Alto; and that [Name of Provider] will not discriminate in the employment of any person under this contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person." 15.3 If CONSULTANT 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 Contract, it will be in default of this Contract. Thereupon, CITY will have the power to cancel or-suspend this Contract, 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 discrimination, as damages for breach of contract, or both. 0nly a finding of the State of California Fair Employment Practices Commission or the equivalent federal agency or officer will constitute evidence of a breach of this Contract. 15.4 if CONSULTANT is found in default of the nondiscrimination provisions of this Contract or the applicable Affirmative Action Guidelines pertaining to this Contract, CONSULTANT will be found in material breach of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct from the amount payable to CONSULTANT the sum of two hundred fifty dollars ($250) for each calendar day during which CONSULTANT is not in compliance with this provision as damages for breach of contract, or both. SECTION 16. MISCELLANEOUS PROVISIONS 16.1 CONSULTANT represents and warrants that it has knowledge of the requirements of the federal Americans with Disabilities Act of 1990, and the Government Code and the 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. CONSULTANT will comply with or ensure by its advice that compliance with such provisions will be effected pursuant to the terms of this Contract. 960730 syn 0042644 11 16.2 Upon the agreement of the parties, any controversy or claim arising out of or relating to this Contract may be settled by arbitration in accordance with the Rules of the American Arbitration Association, and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. 16.3 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 16.4 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. 16.5 The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. 16.6 This document represents the entire and integrated Contract between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the’parties. 16.7 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 16.8 The covenants, terms, conditions and provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants, as the case may be, of the parties. 16.9 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 16.10 All exhibits referred to in this Contract 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 Contract and will be deemed to be a part of this Contract. 16.11 This Contract may be executed in any number of counterparts, each of which will be an original, but all of which together will constitute one and the same instrument. 16.12 This Contract is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Contract will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal 960730 syn 0042644 12 year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available° This Section 16.12 will take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Mayor Senior Asst. City Attorney APPROVED: Assistant City Manager Police Chief By ~ULTANTS .yer’s I.D. No. 77-0138954 Director of Admin. Services Risk Manager Attachments: EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 960730 syn 0042644 13 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF ~r~ )) ss. ) On ~><~~.~ .~ , 1996, before me, .~;~/,’~2 ~-~. L~ , a Notary Publi’c in and for said County and State, personally appeared ~A~ D. ~~/ , personally known to me or proved to me on the Dasis 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 960730 ~y. 0042644 14 EXHIBIT A SCOPE OF PROJECT SCOPE OF PROJECT AND PROJECT DELIVERABLES The public Safety function is an information-intensive environment. Current technology allows for access and timely retrieval of information from a variety of sources to assist police officers, fire fighters, dispatchers, investigators, and managers in proving quick, responsive service to the public. The objectives of this project are to review and identify current police, fire, utilities, public works and Stanford dispatching and police records management practices, define current and future informational requirements, identify alternatives that meet the requirements, and prepare a cost/ benefit analysis of the current and proven technologies available to meet these alternatives. Consultant shall perform the following services under this scope of work: Task 1 -Identification of Scope and Project Tasks; Facilitated Wor "kshop. Objective Prepare a detailed project plan for the study and develop guidelines to administer the project. M;~jor Sub-tasks o o Conduct a facilitated workshop with the project team and key individuals to verify project’s scope, organizational goals and objectives, and to discuss interviews, staff resources, time frames, logistics and support requirements. Prepare a project plan and time line. Hold a k~ck-offmeet~n= with appropriate Departmental personnel to introduce the Consultants project team and provide an overview of the project. Develop an agreed-upon format for bi-weekly status reports. Hold bi-weekly meetings to review the status of the project and discuss issues, ideas, alternatives and future steps. Identify functional areas to address. Identify key individuals, groups to interview in preparation for Task 2. Deliverables o o o Detailed project plan. Project schedule. Departmental interview list by name and functional area. Project kickoff meeting/facilitated workshop. Written bi-weekly status reports. PROPOSAL TO TIlE CITY OF PAL 0 A L TO 9 A BBE Y GROUP CO.\SUL TA.VTS ~ 1996 Task 2 -Requirement Definition; Develop and analyze user data. Objective Review and update current and future needs in the following areas: ¯ Dispatching for Police, Fire, Utilities, Public Works departments and Stanford University. ¯Field Computing (data communication) needs for above. ¯Information System needs of the Police and Fire departments. Major Sub-tasks Obtain and review existing City specifications for information systems and other affected areas. Obtain and review any existing technology plans for the City departments and Stanford University Review and identify general data requirements for the operation of the Police, Fire, Utilities, Public Works departments of the City of Palo Alto and Stanford University. Review and identify field unit data requirements for Police, Fire, Utilities, Public Works departments of the City of Palo Alto and Stanford University. Review and identify CAD requirements for Police, Fire, Utilities, Public Works departments of the City of Palo Alto and Stanford University. Review and identify Communications/network interface requirements for City and Public Safety function of Stanford University. Review and identify office system data requirements the Police and Fire departments (in conjunction with Information System needs. Develop design and data flow charts to reflect the present and future collection, retrieval and dissemination of information within the affected public safety departments. Analyze potential changes in workflow and probable impacts on departmental work groups. Review and discuss application priorities wiih the project team and document results. Draft a user requirements document that includes the items listed in Work Plan Task 2 and above areas. Delivcrables Interview key individuals and groups as identified in Task 1. Requirements Definition Section of project report, including: ¯Review of existing system. o Data flow diagrams. ¯Detailed user application needs (updated from existing RFP). PROPOSAL TO TIlE CITY OF PALO ALTO 10 ABBEY GROUP CO.VSULTA.~TS o 1996 ¯Peripheral equipment needs. ¯Anticipated/recommended workflow changes. ¯Interview summary. Written bi-weekly status reports. PROPOSAL TO TIlE CITY OF PALO ALTO 11 ABBEY GROUP COASULTA.~TS o 1996 Task 3 -Evaluation of System/Software options. Ob,iective Review recent Palo Alto C.A.D. Request-for-Proposal (RFP) respondents solutions and identify viable solutions, solution providers, and other options for the following areas: Dispatching for Police, Fire, Utilities, Public Works departments and Stanford University. Field Computing (data communication) needs for above. Information System needs of the Police and Fifedepartments. lVla_i or Sub-tasks Obtain and review existing City C.A.D. RFP documents and responses. Reseaich the latest product and software offerings in the public safety marketplace. Identify and evaluate viable C.A.D. solutions for Police, Fire, Utilities, Public Works departments of the City of Palo Alto and Stanford University. Identify and evaluate viable overall Information System solutions for Police and Fire, departments of the City of Palo Alto and Stanford University public safety functions. Identify and evaluate viable Communications/network interface solutions for City and Public Safety function of Stanford University. Identify and evaluate viable field unit data solutions for Police, Fire, Utilities, Public Works departments of the City of Palo Alto and Stanford University. Conduct reference checks on potential vendors. Discuss with City teams each potential option/vendor and select those for testing. Develop testing criteria and conduct performance testing of selected options. Prepare performance review and recommendations. ,Deliverable~ System/Software Options Section of project report, including: ¯Review of each system considered. ¯Performance and suitability criteria evaluation. ¯Correlation with detailed user application needs (updated from existing RFP). ¯Reference check summary. ¯Testing criteria and results. ¯Performance review and recommendations. Written hi-weekly status reports. PROPOSAL TO TIlE CITY OF PALO ALTO 12 ABBEY GROUP CO.VSULTA.~TS ~ 1996 Task 4 -Feasibility and Cost Analysis. Objective Evaluate the various alternatives and recommend, with appropriate justification, the best approach to meeting the City’s and Universities needs. Define the benefits, advantages, and disadvantages of each viable alternative. Perform an economic analysis of each viable alternative. Major Sub-tasks D¢liverables Consider various alternative technical approaches identified in potential solutions. Develop Feasibility and Cost/Benefit Comparison Matrices, including: ¯Compare each alternative in relation to articulated needs. ¯Compare each alternative in relation to performance characteristics. ¯Compare each alternative in relation to installation timing and availability. °Compare each alternative in relation to hardware and network requirements. ¯Compare each alternative in relation to generation of programming language, database approach, and other technical considerations. Compare each alternative in relation to connectivity and inter-connection capabilities (open-systems). ¯Compare each alternative for availability of off-the-shelf, complementary office automation and other sol, ware/hardware products. ¯Compare each alternative for.ease and cost ofcustomization and revision, ,Prepare a cast/benefit analysis that will allow management to make informed decisions regarding the costs and expected benefits, including non-quantifiable benefits of the recommended approach. Feasibility and Cost Analysis Section of project report, including: ¯Functional Comparison Matrix. ¯Technology Comparison Matrix. ¯Available off-the-shelf enhancements/complimentary products. -Hardware requirement comparison. o Cost analysis. ¯Consultant’s recommendation Of ranked options. Written bi-weekly status reports. PROPOSAL TO TIlE CITY OF PALO ALTO 13 ABBEY GROUP COASULTAATS o 1996 Task 5 -Reporting and Development of Strategic and Change Plans Objective Pro,Ade a comprehensive Strategic Implementation and Change Management Plan to implement the recommended option/s. Major Sub-tasks o o o Develop draft implementation plan for recommended solution, including: -Acquisition of solution. ¯Installation plan and time line. -Needed resources and funding. .Anticipated outcomes Develop Change Management Plan for 9rganizational transition, including: ~"Anticipated organizational change requirements. ¯Change responsibility charting ¯Training needs. o Change time line and milestones. Facilitate group planning. Review project outcomes. Submit draft plans for City staff review and Final Plan development. Provide Final Report and presentation, as requested. Deliverabl¢~; Strategic Implementation and Change Management Section of project report: ¯Draft for City Staff review and comments. -Final for Council presentation. Written bi-weekly status reports. The Consultants work product will be compiled and submitted to the client in a Project Report, including a Management Executive Summary for budget, presentation and media use. PROPOSAL 7"0 7YIE CITY OF PALO ALTO 14 ABBEY GROUP CO.VSULTA.S, TS o 1996 PROJECT ~;CHEDULES Commencement upon approval. Task 1 - Task 2 - Task 3 - Project Initiation (8 Consultant Hours), on-site in Palo Alto. Review System Requirements/Conceptual and Data-flow (108 Consultant Hours), Offsite - onsite as required. System/Software Option Review (126 Consultant Hours), off.site. Week 1-2 Weeks 3-7 Weeks 8-10 Task 4 - Task 5 - Feasibility and Cost Analysis (18 Consultant Hours), Off.site - onsite as required Strategic and Change Management Plan, (52 Consultant Hours), on-site. TOTAL ESTIMATED PROJECT TIME Weeks 11-12 Weeks 11 - 12 12 Weeks PROPOSAL TO TIlE CITY OF PALO ALTO 15,ABBEY GROUP COA’SULTA,’~’IS ~ 1996 EXHIBIT B MASTER PLAN PAYMENT SCHEDULE Exhibit B FEE SCHEDULE Payment Milestone Task 1 Task 2 Task 3 Task 4 Task 5 Deliverables Kickoff Meeting Department Interviewee List Project Plan/Schedule Requirements Definition Report Hardware/Sol, ware Options Report Feasibility/Cost Analysis Report Strategic/Change Management Plan Final Report TOTAL ** Professional Fees $7,176 $8,970 $8,970 $14,352 $39,468 Fees at each milestone are payable upon acceptance of each task deliverable and submission by contractor of itemized billings in triplicate. ** Includes travel, lodging and per diem, telephone and report production costs not to exceed $3,588.-All travel costs shall be approved in advance by the project manager and will be calculated from Nevada City, CA. to Palo Alto, CA. round-trip. EXHIBIT C CERTIFICATE OF INSURANCE DOUG VERNON INS "BROKER 401 SPRING STREET NEVADA CITY, CA 95959 INSUR£D ABBEY GROUP CONSULTANTS 206 SACRAMENTO STREET NEVADA CITY, CA 95959 THIS CERTIFICATE IS ISSUED AS A MATI’ER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.~ THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. COMPANIES AFFORDING COVERAGE LErrERCOMPANYA NEW HAMPSHIRE INS CO co~P~r~ B TIG INSURANCE COLETTER C(M4PANY D LETTER COMPANY ELETI’ER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOO INDICATED, NOTWITHSTANDING ANY REQUIREk~NT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFOFI~ED BY THE POLICIES D£SCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. DATE (u~x~r~)U~TS B COMMERCtN. GENERAL UASLrTY OWNERS & CONTRAC3"OR~ PRO~ OTHER CAP208695800 CAP208695800 TBD 3/19/96 3/19/96 8/05/96 3/19/97 3/19/97 8/05/97 GENERAL AGGREGATE PERSONAL & ADq. EACH OCCURRENCE FIRE DAMAG~ , MED. EXPENSE (Any o~ p~m~ COMBINEDu~IT 8H~31.~$ 2 ,000,000 I BOOLY ~JURY(P,(I~,-<~)s BODLY g4JUl~’ PROPERTY ~ EACH OCCURRENC~ AGGREGATE ~2,000,000 $i,000,000 sl,O00,000 sl,O00,000 300,0’00 5,000 $ $ s X I STATUTORY L~ITS DLSEASE--EACH EMR.OY~E $ OE~,~nON~OW~A’nONS~.~AT~:mS~,EH~-LES, S~C~.~.S IT IS AGGRED THAT THE BELOW NAMED CRETIFICATE HOLDER IS INCLUDED AS AN ADDITIONAL INSURED, BUT ONLY INSOFAR AS THE NAMED INSUREDS OPERATIONS THE CITY OF PALO ALTO 250 HAHILTON PALO ALTO, CA 94301 ATT: CONTRACT ADDMINASTRATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 33-E EXPIRATION DATE THEREOF. THE ISSUING COMPANY ?~qLL ENDEAVOR TO MAIL 3__.2.0 DAYS WRITrEN NOTICE TO THE CERTIFICATE HOLDER N,MR~D TO THE LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF KIND UPON TI~,E COMPANY/,~ AGENTS OR REPRESENTATIVES. EXHIBIT D CERTIFICATE OF NONDISCRIMINATION CERTIFICATION of NONDISCRIMINATION SECTION 410 ..Certification of NqndiscrirninatiorK As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certifies that they do not discriminate in employment with regards to age, race, color, religion, sex, national odgin, 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 levers. 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. DATE: ~ ~ //- ~ ~ Title of Officer Sig~4:_j ~/~ ~ +’~ ~ ~ ~’U~ Please inclu~dv~ny additional info~on a~ailable regarding equal oppodunity employment programs now In effect within your company. (Please attach additional pages if necessary) CITY of PALO ALTO: Non-discrimination (6194) END OF SECTION SECT, ION 410-1 Police Department COMMUNICATIONS CENTER CONSULTING SERVICES: COMPUTER AIDED DISPATCH REQUEST FOR PROPOSAL (RFP) RFPCLOSES: June 11, 1996 ISSUED: May 10, 1996 PART I - TITLE PAGE CITY of PALO ALTO Adminis~atiw See’vice= 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) The City of Palo Alto, Contract Administration, request a proposal in the behalf of the Police Department, Communications Center for: PROJECT TITLE: CONSULTANT SERVICES: COMPUTER AIDED DISPATCH DESCRIPTION of PROJECT: The consultant shall review, update and identify Palo Alto police, fire, utilities, public works, and Stanford University dispatching needs and current/future informational requirements consistent with organizational goals and objectives; prepare a cost-benefit analysis of current and proven technologies available to meet requirements and prepare a cost-benefit analysis of development of an in- house system including all incidental and related work as required by the Scope of Work under PART II herein. The SCOPE OF WORK OR SERVICES - SPECIFICATION8 AND .REQUIREMENTS, herein describes the scope of the project, the results expected, and the requirements of the Consultant. P_I~_Q_.~.~=_D_.P_~N I N G_: ’0.3_L0_g..p.m, - Tuesday. June 11, 1996 CITY of PALO ALTO: RFP (rev.12/95)RFP SECTION 1- Page 1 PART I - RFP DEPARTMENT REQUESTING_: Police Department: Communications Center Project Manager: John Bush City of Palo Alto =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 docume.nts; 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 requirements, if required; and meet any other requirements as specified. OTHER REQUIREMENTS: The Proposal and any accompanying, documents shall be submitted in a sealed envelope marked as follows: Title of Proposal: C ERVICE : C MP TER ~PATCH = RFP # 87898 CITY of PALO ALTO: RFP (rev.12/95)RFP SECTION 1- Page 2 PART I - RFP City of Palo Alto PROPOSALS TO BE DELIVERED TO: CITY OF PALO ALTO, Purchasing/Contracting Civic Center, First Floor 250 Hamilton Ave., P.O. Box 10250 Palo Alto, CA 94303 PART I -ove Letter = Table of Content~ - Directory_ PART II-ScoDe of Work or Service~ Consulting Services: Computer Aided Dispatch Section 1 Section 2 Section 3 Section 4 Section 5 Project Purpose Project Tasks & Requirements Project Administration & Completion Dates Proposal Content & Format Evaluation & Selection Criteria PART III-RFP Instructions and Form ReQuirements Instructions A. B. C. D. Ins.tructions to Proposers Pre-proposal Conference Information Submittal Requirements Consultant Selection Process Special Conditions Form Requirements 3O5 310 410 42O 650 Signature Pages Acknowledgment of Addendum Certification of Non-Discrimination Experience and Financial Qualifications Insuranc.e Certificate Requirements ~~AL CONFERENCE INFORMATION: Under PART III, L Instructions, section B. PRE-PROPOSAL CONFERENCE INFORMATION, a pre proposal conference is NOT SCHEDULED for this project. In addition to the above, see PART III, L Instructions, C. SUBMITTAL REQUIREMENTS, for additional information. CITY of PALO ALTO: RFP (rev.12/95)RFP SECTION 1- Page 3 PART I - RFP city of Pa/o Alto ~ITY CO~ Project Manager: Phone: Fax: John Bush (415) 329-2498 (415) 321-3067 Address For Proposal or Work related information: Contract Administration Ken M. Haskins, Manager 1st Floor, Civic Center 250 Hamilton Avenue P.O. Box 10250 Palo Alto,. CA 94303 Issued by and contact for procedural information: Ken M. Haskins OR Debbie Park Purchasing/Contract Administration City of Palo Alto Civic.Center, First Floor Phone: 415/329-2391 END of SECTION CITY of PALO ALTO: RFP (rev.12/95)RFP SECTION 1- Page 4 PART il o SCOPE of.WORK or SERVICES SECTION 300 Cite/of Palo Alto In response to the Request for Proposal, the undersigned, as Proposer declares that the only persons or parties interested in this RFP as principals are those named herein, that this RFP is made without collusion with any other person, firm or corporation; that the Proposer has carefully examined the location of the proposed Work and the plans and specifications herein referred to; and the Proposer proposes and agrees, if this RFP is accepted, that the Proposer will contract with the City of Palo Alto, to provide all necessary materials, equipment, tools, apparatus and other means of transport services, and to do all the work and furnish all the specified requirements in the Contract, in the manner and time therein prescribed and at the prices stated in the following RFP: Project Title: PROPOSAL ~.,stimated) SCHEDULE CONSULTANT’s PROPOSAL COST WORKSHEET "....’ ESTIMATED."- :.-. i:"i . Identification of project tasks PER SPECIFICATION SECTION OF PART II HEREIN (Rate/Fee Applied) Requirement definition study PER SPECIFICATION SECTION OF PART II HEREIN. (Rate/Fee Applied) Evaluation of hardware and software PER SPECIFICATION SECTION OF PART II HEREIN. (Rate/Fee Applied) Feasibility study and cost benefit analysis PER SPECIFICATION SECTION OF PART II HEREIN. ..PROPOSED.’ COSTS (Rate/Fee Applied) CITY of PAL¯ ALTO: RFP (rev.12/95)RFP SECTION 1- Page 5 PART il - SCOPE of WORK or SERVICES Cite/of P.alo Alto ...:PROPOSED COSTS = "" ": -. ":" ":’.-, i,..:.:-:..-’:- "-" PROPOSAL COST WORKSHEET Reports preparation PER SPECIFICATION SECTION OF PART II HEREIN. (Rate/Fee Applied) Grand Total of Estimated Cost of Proposal*= Notes and Requirements Proposers. Award and execution of the Contract shall be as described in the Request for Proposal documents. .*THE SELECTION CF~IT~ as determined by the Project Manager will be the basis for determining the "lowest responsible proposer". The "Proposal Cost Worksheet" provided above is for budgetary purposes only and the final fees and costs will be negotiated by the Project Manager after the selection of the Consultant is made. 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) CONSTITUTES AN AGREEMENT TO THE TERMS AND CONDITIONS OF THIS SECTION (PART II; SECTION 300) END OF SECTION 00001 CITY of PALO ALTO: RFP (rev.12/95)RFP SECTION 1- Page 6 Police Department COMMUNICATION$ CENTER CONSULTING SERVICES: COMPUTER AIDED DISPATCH REQUEST FOR PROPOSAL (RFP) PART II SCOPE of WORK or SERVICES CITY of PALO ALTO: RFP (8/95) PART II - SCOPE of WORK or SERVICES City of Palo Alto REQUEST FOR PROPOSAL (RFP) CONSULTING SERVICES: COMPUTER AIDED DISPATCH SECTION 1 - PROJECT PURPOSE The public safety function is an information-intensive environment. As technology allows for access into multiple computer systems and faster retrieval of data from those systems, the need for timely information is paramount. The City of Palo Alto requires a consultant to review, update and identify police, fire, utilities, public works and Stanford dispatching needs and current or future informational requirements consistent with organizational goals and objectives; prepare a cost/benefit analysis of current and proven technologies available to meet these requirements and prepare a cost/benefit analysis of development of an in-house system and identify feaSible alternatives which have the potential to meet the objectives and requirements. BA~Gt~UND The City of Palo Alto has undertaken a multi-year project to provide solutions designed to effectively manage the Police Department’s current and future informational requirements. A commitment to the project was made in the 1990-91 Capital Improvement Plan when the City Council approved funds to develop a Law Enforcement and Consolidated Information Management Plan. An initial part of that plan included a consultants review of systems in use within the Department and Communications Center. To date, optical imaging, mobile data computers, upgrades to records management system and message switching portions of the plan have been implemented. CITY of PALO ALTO: RFP (rev.12/95)RFP SECTION 1- Page 7 PART II - SCOPE of WORK or SERVICES City of Palo Alto The City of Palo Alto is a charter city of approximately 57,000 people, located 35 miles south of San Francisco in Santa Clara County. High technology industry, due in part to the closeness of Stanford University, increases Palo Alto’s day-time population to more than 125,000 people. The city is unique in its operation of city- owned utilities such as gas, water and electrical services. POLICE DEPARTMENT BACKGROUND The Palo Alto Police Department consists of ninety-five (95} sworn officers and seventy-two (72) civilian personnel. The Communications Center provides radio dispatching services for Police, Fire, Paramedics, Utilities and Public Works for the City of Palo Alto and Stanford University. Approximately 50,000 Palo Alto Police calls-for-service, 10,500 Stanford Police calls, 31,000 9-1-1 calls, 7,000 Fire/Paramedic calls and 19,000 Utility calls are dispatched annually. The Center is staffed 24 hours a day by a total of 16 Dispatchers and 4 Chief Dispatchers. ~J.T_J~MJ~T_~2_~ Y s T E M BACKG B_0_UE~ The police department’s current law enforcement system utilizes two separate software solutions. The department’s records management system (RMS) operates on Tiburon’s V’F-PRISM which they recently purchased from OCS. Dispatched calls-for-service utilizes ACES, an unsupported software package from Vision Technology. These software packages operate on an HP-3000/947 with more than 75 work stations connected to it throughout the department. It is important to note that for the purposes of this project, the City is not confined to solutions that operate in the Hewlett Packard environment. The department has implemented on-line access of multiple computer systems from patrol vehicles and has recently conducted an unsuccessful search for a vendor to provide a Computer Aided Dispatch system. The Fire Department utilizes an in-house records management system which allows access of some record information to the Communications Center. Currently residing on an HP3000/949 computer system are several custom software programs which provide dispatchers access to fire incident reporting information (UFIRS), inspection and occupancy files containing information on hazardous materials at Iocat!ons, and on-duty personnel rosters. CITY of PALO ALTO: RFP (rev.12/95)RFP SECTION 1- Page 8 PART II - SCOPE of WORK or SERVICES City of Palo Alto As a part of the multi-year project, the Police Department has implemented the following solutions to needs identified in the 1990 needs analysis report: Optical Imaging -The department implemented an Optical Imaging system in 1992. All police reports are scanned, indexed and retrieved from optical disks within seconds on the department’s PC’s. Mobile Data Computers In Police Cars - The department utilizes Compaq laptop computers in patrol vehicles, communicating through a radio modem and Motorola Spectra radio over an 800MHz dedicated data channel. The software controlling this communications process is Traffic Master II provided by Western DataCom which is connected to outside databases through a message switch. Records Management System - As part of the multi-year plan, enhancements and upgrades were made to the current VT-PRISM modules to bring them to the .most up-to-date version. These applications are running on an HP3000/947. Message Switch - The department is connected to a variety of internal and external databases utilizing a message switch from Eclipse Software. This system interfaces with the Traffic Master MDC controller software as well as the HP3000/947. This enables over 75 PC workstations and notebook computers in patrol vehicles access to internal VT-PRISM and external local and state law enforcement database systems. CITY of PALO ALTO: RFP (rev.12195)RFP SECTION 1- Page 9 PART II - SCOPE of WORK or SERVICES. =~,~JO.J~L~- PROJECT TASKS AND REQUIREMENTS Cite/of Palo Alto The consultant shall, through discussions and analysis, identify the current and future needs for a Computer Aided Dispatching system for the City of Palo Alto. The consultant shall address organizational objectives and needs as they relate to the department’s dispatching goals; determine departmental resources including City staff assistance and access to information; and provide a schedule of tasks to be performed to complete the project. B., Reauirements Definition Study The purpose of the requirements definition study is to validate information related to CAD as identified below, and identify any current and anticipated informational requirements and needs in the dispatching function. The 1990 report identified the following needs and requirements for a computer aided dispatch system: Ability to access external databases such as SLETS, CLETS, and NClC through a single query to speed up field access of critical information. Ability to transfer CAD incident information to RMS in order to avoid manually re-entering CAD data and provide more timely access to CAD information. On-line access to other City information including Fire. Ability to automatically dispatch field units to calls without radio broadcast of the information. Automated tracking of unit status so that all Communication Center position can simultaneously monitor calls. Ability to maintain hazard information on the CAD system by location address. System should automatically check and validate incident addresses. Capability of automatically selecting and alerting Correct fire station based on incident location. Ability to provide first responder information for emergency medical dispatch. CITY of PALO ALTO: RFP (rev.12/95)RFP SECTION 1- Page 10 PARTII o SCOPE of WORK or SERVICES Cit}, of Palo Alto Capability of separating call taking and dispatching functioris, with the transfer of call information performed easily. Provide automatic transfer of E-9-1-1 ANI/ALI information to CAD system to reduce data entry requirements. Need to automatically synchronize CAD timing with logging recorder. Capability of storing pending calls for service, separated by dispatcher function. Need to provide user friendly formats for data entry and retrieval. Systems should have complete "help" instructions available on-line. System should have automated access to telephone paging for individual and group call-out. System should be capable of supporting CAD and RMS for multiple agencies. The consultant shall perform personnel interviews and personnel job/task observations; identify problem areas; perform all the necessary analysis to develop and provide recommendations for significant improvement in police and dispatching information management processes in the identified problem areas; develop recommendations for each problem area including necessary integration with any existing system; cost estimates; justifications; and a description of probable impacts on the work group. The City of Palo Alto’s computer environment currently consists of: HP9000 UNIX based Servers. Informix and Oracle Data Base, Management Software. In-house application development is performed using PowerBuilder. Workstations (Personal Computers) communicate to the UNIX servers over an Ethernet network using Walker, Richer and Quinn’s Reflection Network Series for Windows software. CITY of PALO ALTO: RFP (rev.12/95)RFP SECTION 1o Page 11 PART II - SCOPE of WORK or SERVICES City of Palo Alto Transmission Control Protocol over Internet Protocol (TCP/IP) is also supported to connect Personal Computers to the HP UNIX servers. The City has an Internet presence, consisting of the City’s Home Page and a Firewall for network security. Personal Computers are running Windows for Work Groups and moving towards the NT operating system. The Personal Computers are connected via LAN Manager network operating system and moving towards the NT network operating system. The Personal Computer servers are Pentium processors operating under NT. The servers provide file/data, print, and application sharing. The consultant shall develop a recommended list of technologies which would meet the City’s requirements. Hardware and software evaluations will be performed to support decision making and for matching groups of products to the city’s requirements. Feasibility study and cost benefit analysis The objective of the analysis/feasibility study is to provide the City Council and City staff with adequate information to analyze and evaluate the alternative approaches for improving the dispatching information management processes and to assist in the decision process associated with system alternatives recommendations. The consultant shall review the organization’s requirements end the proposed solutions and evaluate each proposed solution on the basis of the technology available and proven in the current environment. The results of the cost benefit analysis will provide the City Council and City staff with adequate cost and benefit information to determine the benefits versus cost of available "off-the-shelf" products and in-house development of a customized computer aided dispatch system. The results of this analysis, in conjunction with the feasibility study results, should provide the information for the decision making process relative to the merits of the development of a dispatching information management system. The consultant shall evaluate the feasibility of an in-house development approach for reasonably achieving the department’s objectives and CITY of PALO ALTO: RFP (rev.12/95)RFP SECTION 1- Page 12 PART II - SCOPE of WORK or SERVICES City of Palo Alto shall identify and propose a recommended approach. The consultant shall prepare a report that details the results, analyzes the information gathered, and identifies the costs and benefits of the feasible alternatives. The cost benefit analysis report shall describe in detail the scope and methods used in the analysis. The report shall list all benefits, including those benefits that are not quantifiable. The report shall rank the optional systems in ascending order of cost and descending order of benefits (e.g., lowest cost most benefits, next lowest cost most benefits, etc.). In addition to the report, the consultant would be expected .to participate in any public hearings and/or City Council meetings on the topic. SECTION 3 -pROJECT ADMINISTRATION & COMPLETION DATES pROJECT ADMINISTRATION The contract will be administered by John Bush, Project Manager, Police Department. All questions and matters related to the project shall be brought to the attention of the Project Manager. Any procedural information may be obtained through the Contract Administration Manager. The overall study shall be completed and delivered to the Project Manager no later than October 1, 1996 CITY of PALO ALTO: RFP (rev.12/95)RFP SECTION 1- Page 13 PART II = SCOPE ot~ WORK or SERVICES City of Palo Alto The following will be considered the minimum contents of the proposal: A cover letter with signature including a restatement of the objectives to show or demonstrate the responder’s view of the nature of the project and ability to meet target dates. So An outline of the responder’s background, references and experience in performing this type of study with particular emphasis on local and state government work for the areas of computers, networking, records management and police and fire CAD systems. Identification of consultant personnel assigned to conduct this project and detail their training and experience. Provide a minimum of three (3) references for both the firm and the personnel who will be assigned to this project. All references will be for work performed within the last three years. No change in consultant personnel assigned to this project will be permitted without the approval of the Project Manager. Co A detailed cost. and work plan which will identify the major tasks to be accomplished and be used as a scheduling and management tool as well as a basis for invoicing. A sample copy of previous work performed that best meets the requirements of this proposal. Eo A matrix identifying the level of participation and hours required in the project by City.of Palo Alto employees. F. A time line identifying the completion points of the scope of work. CITY of PALO ALTO: RFP (rev.12/95)RFP SECTION 1- Page 14 PART II - SCOPE of WORK or SERVICES City of Pal. Alto The criteria upon which the proposals may be reviewed are listed below. Rating of criteria will be on a scale of 1 - 10~, with 10 being the highest. The top three highest total scores will be invited for an interview. The combined score of the rating and interview will determine who receives the award of proposal. 1.Restatement of objectives 10 X Work plan submitted (show ability to provide final reports by October 1, 1996)10 x Previous experience of firm in computers, needs analysis of law enforcement and consolidated dispatch systems, technologies and experience in working with governments 13 X Previous experience of consultant staff assigned to this study References of consultants (minimum of three (3) references 8 X 5 X Costs Financial stability of firm (attach annual report or other indicator of financial stability Vendors explanation of anticipated assistance from the City of Pal. Alto employees 5 2 X 2 X Grand Total CITY of PALO ALTO: RFP (rev.12/95)RFP SECTION 1- Page 15 PART II - SCOPE of WORK or SERVICES City of Palo Alto The reviewer will analyze each criteria and use the following input to determine tl~e 1-10 points to be awarded: quality and content of response 40% readability and understanding 40% format 20% End of Section CITY of PALO ALTO: RFP (rev.12/95)RFP SECTION 1- Page 16 Police Department COMMUNICATIONS CENTER SERVICES: COMPUTER AIDED DISPATCH REQUEST FOR PROPOSAL (RFP) PART III - CONTRACT ADMINISTRATION INSTRUCTIONS & FORMS CITY of PALO ALTO: RFP (4/96) PART I!1 - INSTRUCTIONS and FORMS City of Palo Alto - RFP A. INSTRUCTIONS TO PROPOSERS: ~ Proposals shall be submitted in accordance with the following Instructions to Proposers and the Scope of Work or Services - Specifications and Requirements (PART III, herein) to receive consideration: 1.0 Unless otherwise called for,~ 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 Consultant shall furnish a statement of financial responsibility and experience in the Proposal. 2.2 Before submitting a Proposal, the Consultant 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 in response to this RFP, or to procure or contract for services. ~ If any person contemplating the submittal of a proposal for the Project is in doubt asto 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 provide 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 be responsible for any other explanations or interpretations of the RFP. ’ Any proposer may withdraw 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. ’ 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. ~ Any addendum issued during this RFP process shall be indicated in the RFP response (PART I1. "Acknowledgement~) and shall be made a part of the agreement between the City and the selected consultant. ~ Unless receipt of this RFP is acknowledged, in the form of a letter or a "no response," the Consultant’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 CITY OF PALO ALTO - RFP (Rev.9/94)Instructions Page 1 PART I!1 - INSTRUCTIONS and FORMS City of Palo Alto - RFP letterhead or via FAX. Purchasing’s FAX: (415) 329-2468. ¯ All proposals, regardless of any irregularities or informalities, will be opened and only the ~ of the consultant 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 consultant read aloud. Proposers, or their representatives and other interested persons, may be present at the opening of the responses to the RFP. ~ 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. D~=J,~J:I_t~I_J~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. " ’ 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. ~to Cost or Cost~; 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. 1.0 Consultant shall submit invoices, monthly, in triplicate for the cost of services provided during periods or a~ 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 Invoices 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 CITY OF PALO ALTO - RFP (Rev.9/94)Instructions Page 2 PART III - INSTRUCTIONS and FORMS City of Palo Alto = RFP 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 ~uch books and to all other records of the consultant as required to verify any and all reimbursable costs invoiced. PREopROPOSAL CONFERENCE INFORMATION A pre-proposal conference IS (NOT) SCHEDULED for this project. D= SUBMI’I~AL REQUIREMENTS As a minimum, interested consultants shall provide the following: 4. 5. 6. A brief statement of the consultant’s overall understanding of the nature of the project and the services to be provided under thi~ 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. In addition, the Project Manager will evaluate and select the proposal indicating the best methodology used in related computer aided dispatch services, analysis and studies. A brief description of the background and capabilities of the consultant, and any subconsultants, and a statement of direct relevant experience with similar projects. Completeness of the Proposal submitted. Names of specific individuals, of both consultant and any subconsultant firms proposed for this project, including their role and relevant experience with similar projects. Estimated cost of overall project, selection criteria, and cost of fees. The proposal shall include a detailed breakdown of costs by product and hourly rate of the consultant and any subconsultants. Three references including contact name, address and phone number for both firm and project personnel. CONSULTANT SELECTION PROCESS As a minimum, the evaluation of the proposals and selection of the consultant, including any proposed subconsultants, will be based on the following as well as the criteria listed in PART I1: o Qualifications and experience of proposed project manager and key staff; Similar experience and expertise in the type of work required; Demonstrated experience and methodology used in performing analysis and studies associated with computer aided dispatch projects; The response to this RFP, including the consultant’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 consultant. The interviews may be scheduled by the Project Manager. Finalists will be notified of the time and place of the interviews. Consultant will be selected based on the evaluation of proposals and interviews. END of SECTION CITY OF PALO ALTO - RFP (Rev.9/94)Instructions Page 3 PART III - INSTRUCTIONS and FORMS City of Palo Alto - RFP ’ 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. ’ The selected consultant and any subconsultant may be required to comply with City’s conflict of interest code by filing a financial disclosure form entitled "Statement of Economic Interest, Form 730." This will depend on whether the consultant or subconsultant is a consultant 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 b~i the consultant or subconsultant which may foreseeably have a material effect on any financial interest of the consultant or subconsultant 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 Maieure. 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 for 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. Jl3~tr.~:bT,~ The selected consultant 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 consultant’s insurance coverage in the forms and amounts set forth in Exhibit "A" or SECTION 00650 to this RFP. The consultant 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 consultant 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. Ownershiq~ All drawings, plans, reports, specifications, calculations, and other documents prepared by the consultant 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 consultant’s services under the agreement; however, the consultant may retain and use copies thereof. All non-final drafts, notes and working documents prepared by the consultant during the term of the agreement, shall be retained by the consultant for a period of three years, and shall be available to the City for review and copying upon 48 hours written notice. ’ ’ Consultant shall maintain accurate and complete records specifically relating to the Services provided under the agreement. Consultant shall also keep records and books of account showing all charges, disbursements, or expenses made or incurred by consultant in the performance of the service herein. Records shall be created which are relevant in determining whether consultant 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. Consultant shall provide security and retain such CITY OF PALO ALTO - RFP (Rev.9/94)Instructions Page 4 PART I!1 o INSTRUCTIONS and FORMS City of Palo Alto - RFP records and items for a period of three years from date qf final payment under this agreement. The Consultant 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 2.0 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 consultant 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 consultant shall be fully responsible for the care and protection of data until such delivery. ~,,J3t, d~i£K~ Consultant shall develop and maintain’a detailed schedule for the work required under the agreement. Consultant shall submit progress data as required by the Project Manager which shall include the percentage complete and actual start date and actual finish date for all activities worked on by consultant under the Project as required by the Project Manager. ~ Should any proposer contemplate subconsulting 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 subconsultants who shall perform any part of the Project. ~ Except where specifically provided, the proposal fee(s) shall include all federal, state, and local sale~, use, excise, transportation, privilege, occupational, and other taxes applicable to service, materials or equipment furnished under the agreement or by the consultant’s payroll. The consultant agrees to indemnify and save City harmless from and against any liability for any such taxes, or payroll premiums and contributions. ~ 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. ~tand~rd of Performance: 1 .O The selected consultant 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 observed 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 consultant’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. ~ The selected consultant I~ereby 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, CITY OF PALO ALTO - RFP (Rev.9/94)Instructions Page 5 " PART !11 - iNSTRUCTIONS and FORMS Cit~, of Palo Alto - RFP including wrongful death, caused by or arising out of the Consultant’s, its officers’, agents’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which the law may impose strict liability on the Proposer in the performance or nonperformance of the agreement. Affirmative Action Reouirement; The Consultant 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. ~ 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 width Disabilities Act (ADA) of 1990 should contact the ADA Director for the City of Palo Alto at (415) 329-2550. ~ At all times the consultant shall be deemed 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 consultant shall certify that no one who has or will have any financial interest under the agreement is an officer or employee of City. ~ The agreement between City and the selected consultant 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. ~ 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. End of Instructions Section CITY OF PALO ALTO - RFP (Rev.9/94)Instructions Page PART III o PROPOSAL FORMS SIGNATURE PAGE SECTION 305 ~SERVICES: COMPUTER AIDED DISPATCH - RFP #87898 The undersigned hereby certifies that, directly or indirectly, they or their representatives and agents have not colluded with other parties interested in this Proposal.. Consultant OR Contractor is a: rl California Corporation, or a [] California Limited Liability Company, or a E] Corporation organized under the laws of the State of. head offices located at with and offices in California at (Attach addendum if necessary) rl S01e Proprietorship including any fictitious business name (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 1 9B Name of Consultant:Signature of Officer/Owner: Title:Printed Name of Signatory: Address #1:Address #2: City: Fax No: State, Zip: Telephone: IRS #: Name of Contact Person:Telephone: CITY of PALO ALTO: Signature Page - (12/95)SECTION 305-1 PART III = PROPOSAL FORMS SECTION 310 CONSULTANT’S SPECIAL LICENSE REQUIREMENTS When applicable, and subject to verification of good standing, the Consultant shall submit a copy of its current professional license as issued by the State of California under Chapter 9 of Division III of the California Business and Professions Code (Sections 7000 P.,t_s~). The copy of the license shall be attached to the Signature Page herein. ACKNOWLEDGEMENT OF ADDENDUM(S) During the RFPprocess there may be changes to the documents which would require an issuance of an Addendum or Addenda. To assure that all Consultants receive the update or change Addendum, the following acknowledgement and sign-off is required. NOTE: Failure to execute the following may be considered as an irregularity in the request for proposal process. Receipt of the following Addendum is acknowledged. The Consultant acknowledges that the information contained in the addendum has been considered in the preparation of this RFP. Addendum No. (Nones), (1~), (2m), (3~), (4_..._), (5~) (Check appropriate space/number above) Signature of Consultant Company END OF SECTION CITY of PALO ALTO: Acknowledgement - (8-95)SECTION 300-2 CERTIFICATION of NONDISCRIMINATION SECTION 410 ’Certificatiorl Of Nondiscrimination: As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certifies that they do not discriminate in employment with regards to age, race, color, religion, sex, national odgin, 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 opportunities for minodty persons at all job levels. which affirmatively promote 2.0 To communicate this policy to all persons concemed, including all employees, outside recruiting services, especially those serving minodty 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 conceming affirmative action policies and provide opportunities for employees. Firm:DATE: Title of Officer Signing: Signature, Please include any additional information available regarding equal opportunity employment programs now in effect within your company. (Pleas~ attach additional pages if necessary) END OF SECTION CITY of PALO ALTO: Non-discrimination (6/94)SECTION 410-1 PART III -SUPPLEMENTAL FORMS SECTION 420 CITY of PALO ALTO EXPERIENCE AND FINANCIAL QUALIFICATiONS The following information concerning the experience and financial qualifications of the Consultant 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:Services: Computer Aided J3_LsJ:l~ch 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? .3. How many years experience have you (or your firm) had which is slmilar 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 your firm) previously worked for the City of Palo Alto? [] Yes [] No If yes, please include the information in your proposal. Rease 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. Consultant (Company Name) (Name/’ritle)(Date) END OF SECTION CITY of PALO ALTO: Experience/Financial (4/94) SECTION 420 PART III o INSURANCE R,; JIREMENTS Lon9 Form City o ~1o Alto:SECTION 650(~) CONTRACTOR: PROJECT MANAGER: CONTRACT NAME: Insurance Requirements for Contractors John Bush, Police-Communications Center Services: Computer Aided Dispatch GENERAL TERMS AND INSTRUCTIONS THIS INSTRUCTION SHEET SHOULD BE GIVEN TO YOUR INSURANCE AGENT/BROKER. THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED FOR THIS CONTRACT, TYPE OF COVERAGE REQUIREMENT LONG FORM (Minimum Um~) J IWorker’s Compensation Statutory ii~i~i~ :i!i !iii~~iAutomobile Llabillt~ ¯ Comprehensive General Liability: INCLUDING: ¯PERSONAL INJURY ¯BROAD FORM PROPERTY DAMAGE ¯ RRE LEGAL UA~UTY ,Comprehensive Automobile Uability: INCLUDING: ’~ HIRED Profeuional Uabllity: INCLUDING: ¯ERRORS AND OMIS,SK)NS ¯ MALPRACTICE (ff Applical~e) ° NEGLIGENT PERFORMANCE BOOILY INJURY PROPERTY DAMAGE BOO~LY INJURY & PROPER’rY DAMAGE COM~NED INJURY ALL DAMAGES ~ ,THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED A. D. E. F. The City of Palo 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 Pato Alto, etc., shall be pdmary coverage, without offset against City’s existing insurance and any other insurance 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 o0~er s~Twlar ~ or any apparatus in connection therewith below the surface o1’ the ground whether owned by third parties or the Clt’/ of Palo Alto. Where the work Involves excavating, collapse coverage is provided tn the amounts above. The policy Includes a "Severabllity of Interest" provision. Deductibles over $5,000 must be indicated and are subject to approval. If such policies are canceled or changed dudng the padod of coverage as stated herein, in such a manner as to affect the Cedificate, thirty (30) days twitten notice will be mailed to the C~ of Paic Alto, Contract Administration, P.O. Box 10250, 94303 The ~ab~ ~ pd’~’y includes a contractual liabllib/endorsement providing insurance coverage for Contractor’s agreement to indemnify the The coverage afforded under the policies is subject to all terms of the policies designated herein and meets all of the provisions called END OF SECTION CITY OF PALO ALTO: Insurance Requirements (REV,6/94)SECTION 00650-1 City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL ATTENTION: FINANCE COMMITTEE FROM:CITY MANAGER DEPARTMENT: POLICE AGENDA DATE: SUBJECT: February 13, 1996 CMR:143:96 Rejection of Proposals for Computer Aided Dispatch System and Approval for Consultant Assistance REQUEST In September 1995, the Finance Committee approved additional funding for the Police Information Systems Master Plan Capital Improvement Project associated with the purchase and installation of a Computer Aided Dispatch System (CAD). The additional funding had been requested after staff had identified Unisys Corporation through an RFP process as the vendor from which the system would be purchased. Since then, during negotiations with Unisys, staff has met with several significant obstacles and has obtained information that has led to the determination that it would not be in the City’s best interest to continue negotiations with Unisys. Therefore, staff requests that Council authorize staff to reject the proposal..Based upon this recent experience and due to the fact that five years have elapsed since the original needs analysis was completed regarding CAD, staff also requests authorization to use existing .Capital Improvement Project (CIP) funds to hire a consultant to update the analysis, conduct in-depth research into available systems, and to provide information regarding the feasibility and cost effectiveness of in-house deve!opment of a CAD system versus the purchase of a system from a vendor. RECOMMENDATIONS Staff recommends rejection of all original proposals for a CAD system and recommends Council provide authorization to contract with a consultant to update the needs assessment, to provide more extensive information about current CAD systems, and develop recommendations regarding in-house development versus purchase of a CAD system. After approval of the Finance Committee and Council, staffwould follow the City’s request for proposal procedures for consultant selection and return to Council for approval of an agreement with a consultant. CMR:143:96 Page 1 of 5 POLICY IMPLICATIONS There are no policy implications associated with the recommendations contained in this report. Pending Council approval and the recommendations developed by the consultant, a policy decision regarding the decision of in-house development or purchase of a CAD system would probably have associated policy implications. EXECUTIVE SUMMARY Summary of Project Information regarding the history of the CAD. project is contained in the attached CMR: 404:95. Preliminary negotiations with Unisys began in June 1995. Based on those discussions, staff returned to the Finance Committee on September 11, 1995 and received approval for an additional appropriation of $82,000 for CAD and $48,000 for the Fire CIP for the fire alerting system. At that time, staffwas fairly comfortable with proceeding with Unisys, based upon the information received through site visits, discussions with other agencies, and information from other vendors. Since that time, negotiations with Unisys have occurred in order to provide more detailed specifications of the system’s capabilities and customization.During these negotiations, however, several significant concerns surfaced. Concerns Staff learned that a Unisys CAD implementation in Pierce County, Washington, was not proceeding well. Of the four major components, Unisys was late delivering all of them and three did not work correctly. Although they are trying very hard, problems were still being encountered. This experience has created concern regarding Unisys’ ability to deliver a workable product on time. Very recently, Unisys Corporation announced a $676.8 million dollar fourth-quarter loss and as a result is expected to lay off7,900 workers. While Unisys is a Fortune 500 corporation .and is not in jeopardy of going out of business, this development, together with the uncortftrmed information that they are considering eliminating their project to develop a police records management system, raises considerable doubt about the Company’s continued involvement in public sector systems development, sales and support. CMR:143:96 Page-2 of 5 Additional concerns raised during meetings with Unisys centered on their software’s ability to function on the City’s preferred hardware and network systems. The City’s computer architecture is Hewlett Packard for computer hardware (mini and personal computers) and installation of Windows NT as its network operating system. Unisys stated that their application was compatible with the City’s computer environment software and provided cost estimates to that effect as part of their proposal. However, during discussions it became evident that Unisys was not willing to agree to the original cost estimates and that costs would significantly increase. Unisys representatives also indicated that they could not guarantee that the product would perform as expected if it were on a platform other than Unisys proprietary hardware. Although Unisys has not provided exact figures, staff estimates the increase to range between $37,000 and $50,000. Due to these concerns about system capability, staff believes it is not in the best interest of the City to continue negotiations with Urfisys. Staff has learned that a number of companies that heretofore had manufactured CAD systems are getting out of the public sector arena. CAD, fire and police records management systems usually are highly customized to meet the needs of individual agencies. Therefore, such systems are labor intensive and, consequently, it is not cost effective to develop software programs requiring that level of customization. One of the largest manufacturers of CAD systems, and one that has been considered the most stable by experts in the industry, has recently sold their public sector division to another company. Another CAD provider is also in danger of going out of business. Additionally, one of the companies that submitted a proposal has since actually gone out of business. As a result, staff is concerned that the instability of the industry may have negative impacts and subsequent cost increases on the implementation of a CAD system. Alternative Options From the beginning of the project, staffhas taken a very cautious approach. As a result of this approach the experience of other agencies, who rushed into the purchase of CAD systems only to run into cost overnms, system incompatibilities, and/or failure of the systems to meet their needs, has been averted. Staffhas considered several alternative courses of action. One option would be to select another vendor from those that originally submitted proposals. This option has been rejected for several reasons. Some of the proposals were submitted with associated costs well over $500,000, while other proposals did not appear to meet the needs of the City. One option staff considered was to initiate another RFP process. Staff is not confident that this would be a productive use oftirne, because only seven vendors submitted proposals originally; CMR:143:96 Page 3 of 5 and some of those vendors, as previously mentioned, have subsequently gotten out of the CAD business. Staff’has considered the alternative of developing an in-house system. Based upon the City’s recent experience with the Utility Customer Information System and the lessons learned from that experience, staff is very mindful of not pursuing this alternative without substantial research and thought. As a result, staff is proposing to hire a consultant to assist in the development of recommendations. Specifically, the consultant would update the needs assessment that was completed over five years ago, to ensure that the system needs that were identified then are still accurate. The consultant would also’conduct an extensive survey of existing off-the-shelf systems, their cost, system compatibility, and support factors. Additionally, the consultant would assist in determining the cost and feasibility of developing an in-house CAD system. Upon completion of the consultant’s work, staffwould return to Council with the information and recommendation. After Council’s approval of using CIP funds to hire a consultant, staff would follow the City’s RFP process in consultant selection and return to Council for approval of the consultant agreement. It is important to point out that this approach is not likely to result in cost savings. However, stafffeels strongly that it is consistent with the cautious approach that has been followed to date that has prevented the waste of considerable dollars. Fire Alerting System In September, staff provided information (CMR:404:95) regarding the deterioration of the current fire alerting system and requested additional funding to cover the costs of interfacing the proposed system to the Unisys system. With the requested rejection of the Unisys proposal, an interface is not needed at this time. However, staff believes it is important to proceed with the purchase of the ftre alerting system, using funds available in the Fire Department’s CIP budget. The new system would be operated manually until a CAD system is implemented and an automated interface is developed. One of the requirements for a CAD system would be compatibility with the fire alerting system. FISCAL IMPACT Originally, $230,000 of CIP funds were earmarked for a CAD system. Council approved an additional $82,000 for a total of $312,000 for the Police Department’s CIP plus $48,000 from the Fire Department’s C~, which was to cover the cost of software to interface the fire alerting CMR:143:96 Page-4 of 5 system, for a total of $360,000. Staff proposes to use CIP funds to contract with a consultant, thus reducing the available dollars for the actual purchase or development of a CAD system. The anticipated cost for a consultant is $35,000. Funds for the ftre alerting system in the Fire Department’s CIP are $60,000. ENVIRONMENTAL ASSESSMENT This project is not a project for purposes of CEQA. ATTACHMENTS CMR:404:95 PREPARED BY:Lynne Johnson, Assistant Police Chief John Bush, Communications Coordinator DEPARTMENT HEAD REVIEW: CITY MANAGER APPROVAL: CHRIS DURKIN, Police ~2~ef CMR:143:96 Page 5 of 5 City of Palo Alto City Manager’s Report TO: ATTENTION: FROM: HONORABLE CITY COUNCIL FINANCE COlVlM!TTEE CITY MANAGER DEPARTMENT:POLICE 2 AGENDA DATE: September 11, 1995 CMR:404:95 SUBJECT:Request for Additional Appropriation of Funds for Computer Aided Dispatch and Fire Alerting Systems REQUEST This report requests that Council appropriate additional funds for the Police Information Systems Master Plan Capital Improvement Project (CIP 19109) for the purchase of a computer aided dispatch (CAD) system and the Fire/Communications Computer System Capital Improvement Project (19312). The purchase of a CAD system represents the fourth and final phase ofa CIP for a state-of-the-art integrated police records management CAD. system, which was originally approved by Council in 1990-91 for $855,000. A CAD system was originally projected to cost approximately $230,000. Staff’s original projected costs, based on consultant estimates, did not include professional support. However, in the last five years, significant changes in technology have occurred that have necessitated the rethinking of solutions to a CAD system and architecture. This rethinking has resulted in staff’s strong belief that this professional support is required. Therefore, staff is requesting approval of an additional appropriation of $82,000 for a CAD system. As part of the Fire CIP, $60,000 was originally earmarked for the replacement of the Fire Station Alerting System. After a careful analysis of the existing system and an examination of new technologies, staff has concluded that the system needs to be replaced soon due to its deterioration. Staff has determined that the price for such a system is actually $108,000. Therefore, staff is requesting an additional appropriation of $48,000 for the Fire CIP. RECOMMENDATIONS Staff’recommends that Council refer this report to the Finance Committee to discuss approval of an additional appropriation of $82,000 for the Police Information Systems Master Plan CIP for the purchase and installation of a CAD system and an additional $48,000 for the Fire Station Alerting System. Pending the approval of the Finance Committee, staff would return to the CMR:404:95 Page 1 of 8 Council with a Budget Amendment Ordinance for the additional agreement for the purchase and installations of the systems. costs together with an POLICY IMPLICATIONS The approval of additional funds does not represent any change to existing policies. EXECUTIVE SUMMARY Summary of~9_jeet to Date: As part of the FY 1990-91 CIP budget, Council approved a four-phase project that was intended to provide a state-of-the-art integratedpolice records management and CAD system. The first phase ($55,000) consisted of the completion of a needs analysis,.proposed system design, and cost estimates by a consultant. As part of the needs analysis, five priorities were identified in the areas of information collection, storage, and retrieval. The top five priorities identified were 1) case management, 2) integrated single point access to law enforcement databases, 3) integrated records management systems, 4) portable computing, and 5) CAD. With these needs in mind, the consultant’s report recommended the acquisition and/or implementation of an optical document imaging system; a message switch that would allow a single inquiry to access multiple databases (federal, state, local); a combined police records management system; stand alone laptop computers for use by officers to enhance report writing capabilities in the field; a network that.would allow inquiries through the message switch from computers in vehicles and provide car-to-car and car-to-station communications; and a computer aided dispatch system that would increase the speed in which fire, police, and medical calls would be dispatched. At the time of the study, the consultant estimated the cost Of the entire project to be as much as $1.7 million. Staff believed, however, that by using internal expertise and assuming project management responsibilities, significant cost savings could be achieved. Additionally, staff decided that, based upon the experiences of other agencies who had previously ventured into this area of information technology with a "bleeding edge" approach which resulted in very expensive failures, as well as development of personal computer technologies, a cautious approach was warranted. It is important to note that due to the complexity of the individual phases of this project, actual cost per phase does not precisely correspond to the phases outlined in the CIP budget. Therefore, during the second phase of the project ($150,000), staff concentrated on the CMR:404:95 Page’2 of 8 acquisition and installation of a Message Switching System which allows officers to access over 12 law enforcement databases with a single inquiry. Additionally, some notebook computers were purchased for in-field report writing, resulting in a time savings of about 20-30 minutes per officer per report and an increase in the overall quality, legibility and acceptability of each report. Also during the second phase, in conjunction with Information Resources CIP (19011), an optical imaging system for case management, tracking, and storage was implemented. During the third phase ($420,000), an upgrade of the Police Department’s records management computer hardware, an integration of all of the available modules of the records management system and installation of a mobile communications network was completed. The installation ~ofthe remaining notebook computers in patrol vehicles was initiated for database inquiry and car-to-car communications. .Proposed Computer Aided Dispatch (CAD) System The fourth and last phases of the project involves the purchase and implementation of a CAD system. Currently, dispatchers record all the pertinent information associated with all calls for service for Police and Fire on 3x5 cards. At a later time, the information from these cards is entered into a separate fire and police records management computer system. This process is time-consuming, inefficient, redundant and creates delays in the dispatch of units. During the needs analysis study, the consultant identified additional significant issues in the Communications Center operation that would be alleviated by the implementation of a CAD system. These issues included the unavailability of immediate geographic information that would be helpful to responding units, the high level of radio traffic on police channels, the unavailability in a timely and automated manner of hazardous material information, the relatively slow dispatch, process for fire emergency calls, and the redundancy associated with manual dispatching operations. The proposed CAD system would address each of these issues. Calls for service information would be entered into a computer system as the events occur. The status of pending and active calls, as well as unit status changes, would be easily tracked. Geographical information would automatically provide location history, site details, and hazardous materials/situations information. The proposed system would have the capability of incorporating multiple interfaces into one software application and would include the ability to send/receive messages from mobile data. computers in police cars and fire apparatus. Additionally, the system would automatically validate "9-I-I" data and provide recommendations for fn’e/police unit response. Staff estimates that the time required to dispatch fire emergency calls will be reduced by as much as up to one minute. CMR:404:95 P~e 3 of 8 It should be noted that Palo Alto is the only agency in Santa Clara County that does not have a CAD system, and all but three agencies in San Mateo County have operational CAD systems. Vendor Selection Process Police, Fire and Information Technology s~d£prepared a request for proposal (P, FP) for a CAD system, atter a considerable amount of research was conducted into different types of systems and after site visits to agencies with operational systems. The RFP was developed to address the current and future needs of dispatchers, as well as the officers and firefighters, in their efforts to enhance the level of public safety service to the community. A list of 20 potential vendors was compiled. In December 1994, RFPs were sent to those 20 vendors. Proposals were originally requested to be submitted within a four-week period. Due to the scope of work involved and the number of requests staff received for extensions, the proposal submittal deadline was extended for an additional two weeks for all vendors. No pre- proposal conferences were held. Proposals from seven vendors were received. Staff believes that the low response was due to the fact that many vendors do not have a "Windows" based product that was specified in the RFP as being highly desirable. Attachment A summarizes the fist of 20 vendors, the seven responses and the associated estimated costs for each proposal submitted. Estimated costs ranged from $161,300 to $589,000. The range of costs was associated with the size of the company, the company’s resources available to support the system, the functionality of the company’s system and its ability to integrate with other systems, and user friendliness. A CAD project team consisting of the Coordinator of Communications, a Dispatcher, the Police Department Executive Assistant and Computer Systems Manager, a Police Officer, a Fire Captain and Emergency Medical Services Chief, reviewed the seven proposals. Reviews and discussions with representatives from the Administrative Services and Public Works Departments were also conducted. Team members rated the proposals based upon the systems’ ability to perform specific .tasks; user friendliness; ability to integrate with other law enforcement, fire and other software databases; the type of hardware platform (client-serve versus main frame and programming language); cost; and the abiiity of the company to provide adequate maintenance support and customer service. Four of the seven companies (Tiburon, Inc., RAM/BSE System Development, Inc.; HiTeeh Systems, Inc. and Public Safety Systems, Inc.) were removed from consideration, based upon CMR:404:95 Page ~ of 8 their inability to meet the specification requirements presented in the RFP. Interviews were held with the remaining three vendors. On-site demonstrations of the individual systems and reference checks were conducted as well. Based upon the informationobtained during this process, staff determined that two companies, Executive Information Systems and Unisys Corporation, may possibly meet the City’s needs. Upon further review, however, staff determined that while Executive Information Systems appeared to have a viable product and a lower cost, the system they were proposing was still under development and would not be ready for beta testing until December 1995 or early 1996. While the delay was of concern, the issues related to being a beta site were even more troublesome. Staff consulted with other agencies who have been beta sites for similar systems and determined that there were usually significantly higher, hidden costs (e.g., internal staff resource time), testing and conversion problems, and extended implementation timelines associated with them. With this information, staffbelieves that the potential system cost savings associated with the Executive Information Systems’ system could not be justified. Staf~ therefore, selected Unisys Corporation as the vendor for their CAD system. Police and Fire Department representatives made a site visit in April 1995 to Columbia, South Carolina, one of the first users of the Unisys system. They were able to interview management, line staff and support personnel about the system and observe its real life operation. After the site visit, staff determined that the system would meet the City’s needs in the areas of functionality, reliability, user friendliness, expansion capabilities and customer support. Staff firmly believes this system represents the technology that will increase the efficiency of the dispatching operations and bring the City in line with surrounding agencies. Additionally, the system allows for expansion (potential Fire Department consolidation) and future interfaces with additional records management systems. Pending approval for additional funds, staff would return to Council in October with the actual purchase agreement with Unisys Corporation. Summary of Fire Project to Date The City Council apploved a phased Fire/Communications Computer System project beginning in 1991-92. The first phase was to conduct a data needs analysis and an evaluation.of software and hardware needs. At the conclusion of the study, the Police and Fire Departments opted to work together on the.CAD portion of the Information Management Plan. The Fire Department’s Information Management Plan consisted of three phases. The first phase ($108,750) was originally intended to consist of implementation of a communications address CMR:404:95 Pag~ 5 of 8 find system, an ineid .ent reporting system to comply with state requirements and field efficiency system. In the second phase ($191,000), the intent was to replace the fire alerting system and to implement a fire prevention!hazardous materials reporting system. The third and final phase ($108,550) was to cover costs associated with administrative management and scheduling modules of a records management system and for Mobile Data Computer purchase and installation for fire apparatus needed for a CAD system. Fire Department personnel researched the available fire records management systems in operation at other agencies and determined that there was currently not a vendor who could provide a system that would meet future needs. The Fire Department is currently developing specifications for software needs to be met by custom designed systems which are compatible with other Citywide systems. As a result, Fire Department staff has also taken the cautious approach similar to that taken by the Police Deparmaent and has not yet determined the best and most cost effective course of action. The current Station Notification System (SNS), which alerts firefighters to the incoming alarms at each station, is over 20 years old and is currently being maintained through the use of spare parts inventory that is’nearing depletion. The procedure for fire dispatching using SNS is as follows: After a dispatcher receives a "9-1- 1" call, a manual search of a street map "tub" is conducted. The information from the map provides data to the dispatcher about which fire-station and which fire apparatus is the most appropriate to respond. Associated with each type of response is a code that the dispatcher enters in to the SNS board. The code allows for a tone to be transmitted to the specific station, which results in the activation of bells and lights at the station alerting the firefighters. Additionally, a signal is sent over the normal radio frequency and the City’s cable system to ensure notification. The firefighters respond by pushing a button which alerts the dispatcher that they are ready to receive the information about the call. At the time the Fire/Communications CIP was originally proposed, it was apparent that the system would have to be eventually replaced. Based upon the condition of the system at that time, $60,000 was budgeted for replacement during the fourth phase of the project. It was not until staff took a closer look at the system, relative to a proposed CAD connection, that the level of system deterioration was realized. Replacement parts and other equipment are no longer manufactured and, thus, system failure is a real possibility. A failure of the system would result in an increase in the dispatch and Fire Department response times. Staff, therefore, believes the immediate replacement of the fire station alerting system is critical to the public safety of the co~=zity. .Proposed Fire Alerting System As staff reviewed the CAD proposals that were submitted, it became apparent that due to its age, SNS would not be capable of interfacing with any CAD system. Additional research into current fire alerting systems was conducted. Preliminary finds demonstrated that only one vendor could supply hardware that provided the three requirements of the Fire Department. Those requirements include the following: I) soft alert capability: this feature starts off with a soft tone and gets progressively louder and wakes firefighters more gradually rather than with a single, harsh tone which lowers stress levels and minimizes physiological impacts; 2) printed copy capability: this feature sends a printed copyof~e call to the specific station, as well as simultaneously providing the same notification on the notebook computers in the fire apparatus; and 3) status change capability: this feature allows for user friendly and timely apparatus status changes that can be entered by fh’efighters. The cost for the associated hardware is estimated to be approximately $50,000. As part of the proposal submitted by Unisys, software needed to interface with the hardware would cost $58,000. With the proposed system, the procedure for dispatching fire units would be a s follows: After receiving a "9-1-1" call, the address and telephone number of the reporting party automatically appears on the dispatchers screen. The dispatcher enters a call-type (medical aid, fire, etc.) code and a response priority. The system is connected with the geo-file, which automatically validates the location and provides an immediate appropriate fire station response based upon the available equipment. The system activates the station alerting system, which tamas on the fire station lights and opens the doors. As the firefighters are preparing for their response, a copy of the call is sent to each station, alleviating the need for firefighters to write down the available details (e.g., hazardous material information, available water resources, location history, etc.). As stated earlier, staff believes this system would reduce the dispatch time and, thus, the response time for Fire calls by as much as a minute. Pending Council approval for additional appropriation of funds for the fire alerting system, staff would follow the City’s formal bid process to actually determine the vendor for the hardware and return to Council with the actual purchase agreement. CMR:404:95 Page 7 of 8 FISCAL IMPACT Originally, $230,000 of CIP funds were earmarked for a CAD system. The Unisys systems costs $312,000; thus, an additional $82,000 is needed to cover the costs of the system. For comparison purposes, other cities in the County have recently spent over $500,000 for similar systems. As mentioned earlier, $60,000 was originally budgeted for the replacement of the Fire Alerting System. Based on recent cost estimates, staff believes that both the software and hardware needed to replace the current system with a state-of-the art system would not exceed $108,000. Attachment B relects Stanford University and Enterprise Fund reimbursement figures for both the proposed CAD and Fire Alerting systems. ENVIRONMENTAL ASSESSMENT This project is categorically exempt and no environmental assessment is needed. ATTACHMENTS Attachment A: RFP Submittals Attachment B: Reimbursements PREPARED BY:John Bush, Coordinator, Communications Services Lynne Johnson, Assistant Police Chief DEPARTMENT HEAD REVIEW: Chief CITY MANAGER APPROVAL: CHRIS DURKIN, Police Chief ~anager CMR:404:95 Page ~ of 8 ATTACHMENT B 312,000 49,000> (a) 34,320> (b) $227,760 Total Cost Stanford Reimbursement (16%) Enterprise Funds (11%) Fire Alerting System $108,000 <27,000> (c) $ 81,000 Stanford Reimbursement (25%) (a) (b) (c) $33,600 already reflected in 1992-1997 CIP budget $23,100 already reflected in 1992-1997 CIP budget $15,000 already reflected in 1992-1997 C~ budget