HomeMy WebLinkAbout08/21/2001, C6 - MOBILE DIGITAL COMPUTER PROGRAM C
council M.6,D° 8 2r-c�
j acEnba REpoin
CITY OF SAN LUI S OBISPO
FROM: James M. Gardiner, Chief of Police
Prepared By: Joe Hazouri, Lieutenant 400, '
SUBJECT: MOBILE DIGITAL COMPUTER PROGRAM
CAO RECOMMENDATIONS:
1. Approve a Request for Proposal for a 2.4 GHz solution for the data transmission
component of the San Luis Obispo Police Department's Mobile Digital Computer
(MDC) system and authorize contract award by the CAO if the proposed contract
amount is less than $125,000.
2. Approve a Request for Proposal for the hardware components of the San Luis
Obispo Police Department's Mobile Digital Computer (MDC) system and
authorize contract award by the CAO if the proposed contract amount is less than
$215,000.
DISCUSSION
Updated Background
At the April 24, 2001, Council Meeting the council members unanimously approved the
issuance of a Request For Proposal (RFP) for a systems integrator to provide a turnkey
solution for the San Luis Obispo Police Department's Mobile Digital Computer(MDC)
system and authorize a contract award by the CAO if the proposed contract was less than
$340,000. The council members finther authorized the sole-source purchase of Spillman
Technologies "Rover" mobile computer software and authorized the CAO to execute a
contract agreement if the proposed contract was less than $160,000.
On May 3, 2001, the RFP for a systems integrator was mailed to ten (10) previously
identified vendors known to provide this service. The deadline for proposal submission
was 3:00 p.m. on Tuesday, June 12, 2001. In response to a request for an extension of
the deadline by two of the vendors, the deadline was subsequently extended to 3:00 p.m.
Tuesday, June 26, 2001.,
On May 6, 2001, after negotiating extensively with Spillman Technologies about the cost
and content of their "Rover" MDC software program, a purchase agreement was
completed, with Spillman's compensation being in the total amount of $132,722. This
amount included all of the enhancements to the basic program we requested, as well as a
reduction in the cost of another budgeted project that Spillman Technologies was the
vendor for.
On Tuesday, June 26, 2001, at 3:00 p.m. City Staff opened the two submitted proposals,
one from Motorola and the second from Litton Industries. The Litton Industries proposal
was immediately rejected because it contained only a proposal for system hardware and
not total integration. The Motorola proposal was accepted for further review after a brief
review for basic content. However, after complete and comprehensive review by
appropriate personnel from the Police, Fire and Finance Departments, it was decided to
reject Motorola's proposal. Although there were numerous grounds for rejection, the
primary ones were: 1) The proposal's cost exceeded the allowable figure by over
$100,000, 2) it did not meet the specifications for the data transmission portion of the
RFP and 3) it did not provide for complete integration of the project components.
Motorola was notified by telephone and mail on July 25, 2001, of the proposal rejection.
Between the date of issuance and the closing date of the RFP, seven of the vendors
contacted us for various reasons. Two vendors immediately declined because they were
unable to provide the data transmission solution requested; two vendors asked for a time
extension, one of which was granted; and three others declined because they said they
were unable to get hardware quotes or commitments from hardware vendors. Five of the
vendors said that they were capable of and willing to submit proposals for the data
transmission portion of the project, but did not wish to assume liability for total
integration.
Adjusted Approach to the Project
After discussion with appropriate MDC project personnel and MDC project manager
from other Public Safety agencies a meeting was held on July 24 in the Finance Planning
Room at City Hall. Present were Assistant CAO Wendy George, Finance Director Bill
Statler, Police Chief Jim Gardiner, Fire Chief Bob Neumann, Information Systems
Manager Teri Maa and Police Lieutenant Joe Hazouri (MDC Project Manager). After a
lengthy discussion it was agreed that the next course of action would be to issue separate
RFPs for the data transmission and hardware components of the system.
Since our primary concern remains the acquisition of a reliable data transmission
component for the MDC program, we are proposing the following approach to the
project:
1. Contract with a vendor to provide a data transmission component solution for
the MDC program using 2.4 GHz technology. The contract will include the
requirement that a project manager be selected by the vendor to work with the
project managers from the hardware vendor, software vendor and the City of
San Luis Obispo to ensure successful integration of their component with those
of the other parties.
c� -a
2. Contract with a vendor to provide the hardware components of the system that
meet the functional and technical specifications developed by the MDC
committee and incorporated in the hardware RFP. The contract will include the
requirement that a project manager be selected by the vendor to work with the
project managers from the data transmission vendor, software vendor and the
City of San Luis Obispo to ensure successful integration of their component
with those of the other parties.
Step 2 will not be undertaken until the Project Manager for the City of San Luis Obispo is
reasonably assured that the data transmission component of the system will function and
integrate with the other two components. The criteria for this will be established in the
contract with the data transmission vendor selected.
The pros of this option are:
o If successful, would provide a system backbone that would allow the use
of sophisticated applications that require high speeds and that would
significantly enhance the capabilities of the Police and Fire Departments
to provide more and better service to the citizenry.
o Potential cost savings of 15 - 30% of total hardware costs by not using a
systems integrator.
o Complete familiarity with all aspects of the system.
o Makes future expansion easier.
o It is the approach essentially used by every agency that we are aware of
that is implementing or upgrading an MDC program that uses 2.4 GHz
technology.
The cons of this option are:
o Requires more involvement by city staff(primarily Police and Fire) in the
installation and implementation of the system. This has a significant in-
house resource impact associated with it.
o More responsibility for the failure of the entire system to function properly
lays with the in-house project manager and thereby the City.
As a refresher for the Council members regarding the data transmission
technology we are talking about, the 2.4 GHz technology is just starting to be
used as the backbone of MDC systems. This is technology that has successfully
functioned on a smaller scale for years in both the private and public sectors. The
key pros: very inexpensive infrastructure cost by radio standards; low cost allows
the option of combining it with other low cost technologies for more complete
coverage; the City owns the system;incredibly fast data transmission rates (speed
affects what you can do and how fast you can do it. Example: mug shot
transmission); Transmission Control Protocol/Internet Protocol (TCP/IP)
compatible and requires no middleware to connect to Spillman; no FCC license
required. Several agencies are currently using it as their backbone method of
c�3
data transmission. Among these are Graham County, Arizona, and Laguna
Beach, California. A large number of others are looking at this technology or are
at some stage of implementing it as their backbone data transmission system.
Among these are the Fresno Police Department, Seaside Police Department and
the Pacific Grove Police Department. The downside to this technology is still that
it does not have a proven track record and there are questions about coverage and
susceptibility to interference. As previously stated, the radio sub-committee has
conducted extensive research on this technology and has field-tested the
technology on a limited scale within the City.. A site visit to Graham County was
completed and much valuable information was obtained. It is the opinion of the
radio sub-committee that this technology should function in our topography and
environment as a backbone data transmission methodology and is recommending
its installation.
Summary
The need and value of Mobile Digital Computers for use in City public safety vehicles
has clearly been shown. Reliable and proven vendors have been identified for the
hardware and software components. The data transmission component technology that
Staff is recommending is cutting-edge and has few current agencies using it as a system
backbone. The relatively low cost of installation along with the significant benefits to the
project makes the 2.4 GHz technology worth the effort.
FISCAL IMPACT
Project Costs:
The estimated cost of the project when first submitted to Council in April of this year was
$500,000. This continues to be the estimated project cost. Council has already approved
funding in that amount.
ALTERNATIVES
• Deny the project In this event grant technology funding for Mobile Digital
Computers for the Police and Fire Departments, which represents approximately
75% of projected project cost, will be lost for this use. It is unlikely technology
funding on a scale to support this type of project will be available in the near
future.
• Defer the project until Cellular Digital Packet Data (CDPD) is available. As
noted above, the data communications portion of this project is the most difficult
aspect. In many other communities, MDC projects have been able to use
commercial CDPD providers for their wireless data communications; and if this
service were currently available in San Luis Obispo, it would be our preferred
solution as a reliable, low-cost strategy with the ability to meet our bandwidth
needs from both a speed and capacity perspective. However, this service will
never be available locally in its present format. Third Generation technology,
designed to replace CDPD, will not be commercially available for three to five
years (and there are no guarantees that it will be available locally even within this
timeframe as the larger commercial markets will get preference).
We recognize that there are several potential drawbacks to the solution we
envision at this time for wireless data communications. Although a number of
other law enforcement agencies are implementing this technology as a backbone
system, this technology is not widely used for this mission-critical application by
other agencies at this time.
However, we believe that this alternative technology can be successfully applied
to this application; and that we can structure our agreements in a "performance"
context that will minimize the risks associated with it. Further, given the
importance of this technology in improving direct public safety services in the
field, we believe it is important to move forward with this project, and not delay
its implementation for three to five years based on the hope that commercial
services may be provided at some time in the future.
Lastly, it is important to stress that this approach is unlikely to be our"long-term"
data communications strategy, especially given the rapid pace of change in
wireless technology. In short, if the cost we will incur for this part of the project
only has a life of three to five years, this will be a good return on our investment
in improving our emergency response services. If CDPD becomes available in
the meantime, it can be integrated with the other components of the project,
replacing this microwave technology.
ATTACMIENTS:
1. Workscope for Wireless LAN Data Transmission Component
2. Proposer's List for Wireless LAN
3. Workscope for MDC Hardware
4. Proposer's List for MDC Hardware
Council Reading File:
1. Request For Proposal for Wireless LAN
2. Request For Proposal for MDC Hardware
Cl0 S
- ' ATTACHMENT 1
Section A
DESCRIPTION OF WORK
The City is requesting proposals for a wireless local area network (LAN) data transmission
component for the Police and Fire Department's mobile digital computer(MDC) system.
The scope of the contract will include, but not limited to, project management, project
engineering, the furnishing of all labor, materials, equipment, licensing and software necessary to
design and install a fully functional wireless LAN as well as warranty and post warranty
maintenance and support as described in this Request For Proposal document. The specifications
are a combination of functional and technical requirements established by an MDC committee
comprised of representatives of the Police and Fire Departments and the City's Information
Technology Department.
Introduction
The City of San Luis Obispo is a municipality in San Luis Obispo County within the State of
California. San Luis Obispo is locatedapproximately midway between the cities of Los Angeles
to the south and San Francisco to the north. Highway 101 bisects the City. San Luis Obispo has
a population of approximately 44,000. California Polytechnic State University, with a student
enrollment of approximately 18,000, and Cuesta Community College, with a student population
of approximately 9,000, are adjacent to the City. The City provides housing and services to a
significant portion of that student population. The City's incorporated area is approximately 11
square miles. San Luis Obispo has experienced controlled, steady growth and has plans to annex
adjacent unincorporated areas.
The type of growth we will experience will increase the overall areas that need Police and Fire
services as well as the number of people requiring service in those areas. San Luis Obispo is
expanding and improving its Police and Fire information systems to offer increased support to
public safety personnel in the field.
The City's Police Department provides law enforcement services and the Fire Department
provides fire services for San Luis Obispo and both also participate in mutual aid activities
throughout the City and adjoining jurisdictions, including the County of San Luis Obispo. The
Police Department is located adjacent to Highway 101 and employs a workforce of 89.5 regular
staff(61 sworn and 28.5 non-sworn). The Fire Department operates out of four stations dispersed
strategically throughout the City and employs a workforce of 55 regular staff(45 sworn and 10
non-sworn).
The Police Department operates the dispatch center, which is the Public Safety Answering Point
(PSAP) for San Luis Obispo. The PSAP dispatches both law enforcement and fire personnel. It
is estimated that the PSAP reports approximately 28,000 law incidents per year and 3,900 fire
incidents per year.
The Police Department currently has 15 marked patrol vehicles. All of these vehicles except one
are Ford Crown Victorias, 1997 through 2000 year models. The lone exception is a 2000 Ford
Expedition that functions as the first line supervisor's vehicle and a mini-command center. The
five (5) oldest patrol vehicles will be replaced with 2002 Ford Crown Victoria models. The
1
ATTACHMENT 1
department also has 10 unmarked vehicles of varying makes, models and years. The Fire
Department currently has nine emergency response vehicles of varying sizes, makes, models and
years.
Existing Computer Environment
The City operates on two major network operating systems, Novell NetWare and Microsoft NT
Server. There is fiber optics connectivity between all major City facilities. The existing Public
Safety application is Spillman Technologies' Computer Aided Dispatch (CAD) and Records
Management System (RMS) software programs. The system is being run on a Hewlett-Packard
HP9000 server.
Svstem Specifications
It is the intent of the City to equip twenty Police Department and five Fire Department vehicles
with mobile digital computers. Connectivity between the public safety vehicles and the PSAP
will be by wireless LAN. The wireless LAN must be able to act as the communications backbone
of the system and provide reliable geographic coverage, signal strength, and data transmission
throughput per system specifications. The system should be designed to support up to 100%user
growth without serious degradation of the system.
The data transmission component shall meet the specifications indicated below. The
specifications are a combination of functional and technical requirements established by an MDC
committee comprised of representatives of the Police and Fire Departments and the City's
Information Technology Department.
1. GENERAL
a. The City Police Department is currently looking to implement a Mobile Data
Computer System. The transmission system will service approximately thirty
(30) mobile units. The City has buildings located in several locations throughout
the city. These locations have direct access connection to the city's local area
network (LAN). However, the system must also support remote or repeater
locations.
b. The below specifications are general guidelines. We do not intend to exclude any
vendors who may have a different approach. We are looking for all proposals.
The system will be judged on best value rather than lowest cost.
C. All materials and equipment will be new and will be the best of their respective
kinds, free of corrosion, scratches, or other defects.
d. The proposal should include installation, mounting hardware and all necessary
cables,connectors. Installations must be to manufactures specifications.
e. The proposal should include custom installation for various locations, such as
rooftops, utility and streetlight poles. The units must be contained in weather
tight boxes,to protect the unit from all weather conditions.
f. The system designed must be able to run 24 hours a day, 7 days a week with a
99%uptime,calculated on a weekly basis and not cumulative.
g. The vendor must provide licensing for all software/hardware provided.
h. The vendor shall provide a two-year warranty including parts and labor. The
vendor at its own expense and option shall either repair or replace the hardware,
which it determines to be defective.
2
G6-7
ATTACHMENT 1
i. Five working days or less turn-around time for repair and replacement. An 800
number shall be provided for status of all repairs and/or technical support.
j. Vendor to provide all applicable training for all applicable software and hardware
on site in San Luis Obispo. Vendor shall specify training itinerary and provide
written response thereto in proposal.
k. In the case of performance-related specifications, the vendor shall document the
manner in which they achieve the results reported in their proposal.
1. The vendor shall be responsible to appear and explain the details of the system
and security to the Department of Justice at time and place specified by DOJ;for
approval.
in. A computer-generated map shall be delivered with.proposal that shows vendor
proposed coverage specifications claimed by vendor. The map shall detail each
proposed access points and all proposed repeaters. A composite map showing
the proposed city coverage using all bases and repeaters shall be detailed. Output
power, antenna gains, frequency used, antenna elevation, mode of variability and
percentages shall also be detailed.
2. HARDWARE
a. 2.4 GHz outdoor,license free ISM band transmission system
b. 128-bit wired equivalent privacy for data security.
C. Must support TCP/IP connections.
d. Must operate to full legal EIRP power
e. Must have an average throughput transmission rate of 3MBPS.
f. Capable of operating from direct connection to City network with provided
10/100 Ethemet ports,or without direct connection,as a repeater.
g. PCMCIA Cards / PCMCIA adaptor cards for ISA/PSI slots with internal or
external amplifier for all mobile units.
h. A laptop shall be provided for monitoring and remote configuration purposes.
Laptop shall be comparable to the following specs:
a. Pentium II1/750 or greater(or comparable Processor)
b. 12.1 XGA TFT Display of greater
c. 20GB HDD or greater
d. 256MB SDRAM
e. Less than 4 lbs.
f. Integrated 10/100BaseTX Ethernet&56K V.90 modem
g. High Capacity or Extended life Lithium Ion battery(or better)
h. SlimDock floppy drive and CD-RW/DVD-ROM combination (or
comparable docking station)
i. L_LM IEEE 1394 Interface
j. 2 USB Ports
k. Serial and parallel ports
1. VGA Port
in. Windows 2000
Note: These specs were taken from the Sony Maio R505 Model number: PCG-
R505TEK. Any lightweight laptop that has comparative features and
functionality will be accepted. Please specify brand,features, and model number
in your proposal.
3 ¢
C�j—O
ATTACHMENT 1
3. BOXES/MOUNTING
a. Outdoor units to be constructed or purchased to accommodate hardware and
amplifier
b. Weather proof, so it can be mounted in a outdoor environment
C. Capable of being attached to utility and streetlight poles or roof mounted.
d. Mobile units must have a box to contain any required hardware in a safe and
secured way. Boxes should be built suitable for the conditions they are set in..
4. ANTENNAS
a. Sectorized Panel Antennas to be used at locations that need optimal power and
range.
b. Omni directional or similar to be used at other sites as necessary.
5. SOFTWARE
a. Provide software that allows connection between mobile and base.
b. Provide and configure detailed monitoring software, to allow Systems
Administrator to easily monitor and configure all sites/repeaters from provided
workstation. Vendor provided laptop would serve as the monitoring and
configuration machine for on and offsite.
C. System must be compatible with Spillman Rover software.
6. INSTALLATION
a. The vendor will complete all installations for outside units and mobile units.
b. Vendor must provide all wiring harnesses and connectors
7. DELIVERY REQUIREMENTS
Vendor will supply to the City of San Luis Obispo upon delivery:
a. The selected vendor shall deliver and install complete system within 90 days of
contract award.
b. Complete sets of all operating instructions and technical manuals, relevant to
each site, shall be provided and located at each site (e.g. inside each NEMA box
at each remote site)
C. Upon completion of project, training shall be.provided that covers all hardware
and software installed and configured. Training should consist of any pertinent
study materials, cheat sheets, and any technical manuals necessary to understand
configuration,installation,and monitoring of the installed hardware/software.
4 01
ATTACHMENT 2
PROPOSERS LIST- WIRELESS LAN
PACIFIC AREPCO CYCOMM Mobile Solutions, Inc.
Art Daly Lisa Landry
3195 Airport Loop Drive, Bldg. B 1420 Spring Hill Road, Suite 420
Costa Mesa, CA 92626 McLean, Virginia 22102
(714) 556-4100 1-800-884-8544
(714) 556-4200 (Fax) (703) 903-9528 (Fax)
pai(a,pacific-arepco.com LISAL(a,CORSTONE,COM
MOTOROLA ARINC
Chris L. Lopez Ron Watt
2015 Koala Way 5 Hutton Center Drive, Suite 120
Ventura, CA 93003 Santa Ana, CA 92707-871.6
(805) 647-5087 (714)431-0226
(805) 647-5088 (Fax) (714) 885-9410 (Fax)
CHRIS.LOPEZQMOTOROLA.COM rwatt(d,�arinc.com
TESSCO ELECTRONIC SYSTEMS
Joe Mcaferty TECHNOLOGY
4995 Aircenter Circle, #101 Robert Croft
Reno,NV 89502 415 N. Quay Street
(775) 828-5551 Kennewick, WA 99336
(775) 828-5557 (Fax) (509) 735-9092x18
mcafegy(d)tessco.com (509) 783-5475 (Fax)
croftna,esteem.com
NETWORK ACCESS SOLUTIONS WAVE WIRELESS NETWORKING
Jim Bradfield, Jr. Linda Corbett
7172 Regional St., Suite 313 1748 Independence Boulevard
Dublin, CA 94568 Sarasota, FL 34234
(800) 647-6459 (800) 721-9283x384
(925)803-2102 (Fax) (941) 355-0219 (Fax)
jbirna,naswireless.com Icorbett(a)wavewireless.com
AARO BROADBAND WIRELESS
Ron Baker
210 Park Avenue, Suite 2100
Oklahoma City, OK 73102
(405) 415-2705
(405)415-2805 (Fax)
rbaker a,aarowireless.com
C(-1Z
ATTACHMENT 3
Section A
DESCRIPTION OF WORK
The City is requesting proposals for the purchase of mobile digital computer system hardware for the
Police and Fire Departments
The Police Department currently has 15 marked patrol vehicles. All of these vehicles except one are Ford
Crown Victorias, 1997 through 2000 year models. The lone exception is a 2000 Ford Expedition that
functions as the first line supervisor's vehicle and a mini-command center. The five (5) oldest patrol
vehicles will be replaced with 2002 Ford Crown Victoria models. The department also has 10 unmarked
vehicles of varying makes, models and years. The Fire Department currently has nine emergency
response vehicles of varying sizes,makes,models and years. It is the intent of the City to equip all fifteen
(15) marked patrol vehicles and five (5) of the Fire Department vehicles with fixed mounted MDCs, and
to equip five (5) of the unmarked Police Department vehicles with laptop MDCs. We may decide to use
one of the laptops in the back of the Ford Expedition, which will have a fixed mounted system in the
front. This vehicle is used as a mini-command post with pull out tables and maps in the rear.
Connectivity between the public safety vehicles and the PSAP will be by wireless LAN. The computers
will run off of Spillman Technologies' "Rover"mobile computer software.
The hardware shall meet the specifications indicated below. The specifications are a combination of
functional and technical requirements established by an MDC committee comprised of representatives of
the Police and Fire Departments and the City's Information Technology Department.
1. GENERAL
a. The below specifications are general guidelines. We do not intend to exclude any
proposers who may have a different approach. We are looking for all proposals. The
system hardware will be judged on best value rather than lowest cost.
b. Preference will be given to hardware that is non-proprietary, open-ended, easily
upgradeable and expandable.
C. All equipment and materials will be new and will be the best of their respective kinds,
free of corrosion, scratches,or other defects.
d. The proposal should include installation and all mounting hardware and all necessary
cables and connectors.
e. The proposal should include custom installation for various vehicles, Police and Fire,
priced individually.
f. The system hardware must be able to run 24 hours a day, 7 days a week. The design of
the system must include an effective method for maintaining the battery charge in the
vehicles.
g. All installation to be done in the city of San Luis Obispo.
h. The vendor must provide licensing for all software provided.
i. The vendor will provide a three-year warranty including parts and labor. The vendor, at
its own expense and option, will either repair or replace the hardware, which it
determines to be defective.
j. Five working days turn-around time for repair or replacement. A toll-free number or
website shall be provided by the vendor for status of all repairs.
k. In the case of performance-related specifications, the vendor shall document the manner
in which they achieve the results reported in their proposal.
1. The top finalists will be required to provide an in-car installation for testing and
inspection.
i
f
ATTACHMENT 3
2. COMPUTER
a. CPU
• Minimum 400 MHZ processor(higher speed processors are preferred)
• Multimedia board to allow display of full-motion video
o Must be compatible with Custom Signal—Eye Witness in car video system.
b. Cache
• Minimum 512 KB cache
C. Memory
• Minimum 128 MB expandable to 256 MB or more
d. Hard Disk Drive
• Minimum internal 12 GB hard drive
e. Parallel Port
e Multimode EPP/ECP bi-directional parallel printer port
f. Serial Port
• Minimum two serial ports
g. Interfaces
• Minimum two Universal.Serial Bus(USB)port connectors
• PCI card expansion capable
• Two PCMCIA expansion slots
h. Floppy Disk
• Provide a total of three of each of the below removable drives for external use only
• Three External 120 MB Super Disk drives, 1.44 MB floppy compatible; and
• Three External 100 or 250 MB Zip drives; and
o Three External CD drives
i. Video Controller
• Video controller VGA, SVGA,or XVGA video out compatible with the monitor
o Minimum 8MB RAM
• Available PCI slot for video expansion
j. Keyboard Port
• PS/2 AT-compatible keyboard port
k. Mouse Port
• PS/2-compatible mouse port
1. Sound Card
Sound Blaster TM compatible, full duplex, 16 bit or better,with audio power amplifier
in. Speakers
• Two external speakers(stereo)
• Mounted near the monitor
• Clearly audible from the driver's seat
n. Chassis
• Ruggedized case with a durable finish or equivalent
• Trunk mounted with easy access pullout
o. Power
• 1.0 to 18 VDC @ 3.0 Atypical, 1.5 Asleep mode,,with noise filter
P. Operating Temperature
• Minimum_ >320 F to<140°F
q. Humidity
• 5%to 90%,non-condensing
r. Software
2 cb�a
� ) ATTACHMENT 3
• Hardware capable of running any Windows operating system
• Latest version of Windows operating system
• Touch Screen interface software
• Software required to view Custom Signal—Eyewitness in car video and easily access
other Windows programs without exiting video software.
S. Shock
• Meet or exceed the industry standard for ruggedized computer hardware
t. Ethemet capable
• 101100 MB on a separate port
• Must occupy a USB or other port
3. MONITOR
a. Display
• Minimum 10"diagonal active matrix color LCD
• Minimum 800 x 600 SVGA color display
• Minimum 1000 nits luminance
• Touch Screen(gloved operation preferred)
• Must be clearly visible simultaneously from both the driver's and passenger's seat
• Easily accessible external control to dim display continuously to black
b. Dimensions
• Maximum 12"Wide, 3 Deep,9"High excluding rear mounted connectors
• Installation to comply with all applicable safety requirements i.e.: airbags
deployment zone
C. Temperature
• Operating: Minimum 0°F to 140°F for five minutes
d. Humidity
• 5%to 90%,non-condensing
e. Vibration
• Random 3.0 G rms, 5-1000 Hz
f. Shock
• Meet or exceed the industry standard for ruggedized computer hardware
g. EMC
• MDC shall not interfere with emergency vehicle radios
h. Voltage
• 12 VDC nominal,negative ground
• 7 to 15.8 VDC operating
i. Case
• Black or gray non-reflective
• Ruggedized enclosure with a durable finish
m
j. Volue control
• Mounted on side of monitor
• To control computer system volume
k. Mounting
• Fully air bag compliant
• Dash mounted(except custom vehicle installations)
• The City reserves the right to replace up to ten of the hard-mounted computers with
laptops. Proposers should submit a per unit price for a comparable laptop version in
their proposal.
3 61
- ATTACHMENT 3
4. KEYBOARD
a. Ruggedized keyboard for emergency vehicle use
b. 101 key standard keyboard
C. Backlit solid-state illumination(Red preferred)
d. Mounted to console accessible by driver or passenger
e. Built-in pointing device
f. Spill resistant construction
g. Consider wireless technology
5. OPTIONAL ACCESSORIES
a. Magnetic Stripe reader(also known as a Card or Driver's License reader)
b. Global Positioning System(GPS) and Automatic Vehicle Locator(AVL)
C. Fingerprint reader
6. DELIVERY REQUIREMENTS
a. The selected vendor shall deliver and install all system components within 90 days of
request for delivery.
b. Vendor will supply to the City of San Luis Obispo upon delivery two (2) complete sets of
all operating instructions and technical manuals(preferred on CD Rom in PDF format)
C. Vendor will supply to the City of San Luis Obispo upon delivery seventy (70) copies of
easy reference user guides
4
ATTACHMENT 4
PROPOSERS LIST- MOBILE COMPUTER HARDWARE
PACIFIC AREPCO CYCOMM Mobile Solutions, Inc.
Art Daly Lisa Landry
3195 Airport Loop Drive, Bldg, B 1420 Spring Hill Road, Suite 420
Costa Mesa, CA 92626 McLean, Virginia 22102
(714) 556-4100 1-800-884-8544
(714) 556-4200 (Fax) (703) 903-9528 (Fax)
pai(a),)pacific-arepco.com LISAL(a)CORSTONE,COM
MOTOROLA DATA 911 SYSTEMS
Chris L. Lopez John Hodel
2015 Koala Way 27892 Sheffield
Ventura, CA 93003 Mission Viejo, CA 92692
(805) 647-5087 (949) 472-5020
(805) 647-5088 (Fax) (949) 472-3791 (Fax)
CHRIS.LOPEZ(a MOTOROLA.COM JOHNHODEL(Z�DATA91 LCOM
LITTON SYSTEMS, INC. DATALUX
Patty Moore Sophie Wehbe
10770 Wateridge Circle 137 N.Larchmont Blvd. #536
San Diego, CA 92121-5701 Los Angeles, CA 90004
(858) 623-6420 (323)461-3814
(858) 623-6727 (Fax) (323)461-3824 (Fax)
pmoore(a)sd.littondsd.com swehbe(a,datalux.com
AMREL SYSTMES, INC. PANASONIC
Ron Capron Mike Sterling
11801 Goldring Road 1286 University Avenue, Suite 261
Arcadia, CA 91006 San Diego, CA 92103
(626) 303-6688 (619) 296-8819
(626) 303-8538 (Fax) (619) 296-6411
ronc(@amrel.com mike sterling@P2C2.com
C6 l5