Loading...
HomeMy WebLinkAbout03/07/2006, C5 - REQUEST FOR PROPOSALS: 9-1-1 EQUIPMENT AND SERVICES A] councit M � ele acjenba Report �N= c s CITY OF SAN LU IS OBISPO FROM: Deborah Linden, Chief of Police Kern Rosenblum, Communications &Records Manager SUBJECT: REQUEST FOR PROPOSALS; 9-1-1 EQUIPMENT AND SERVICES CAO RECOMMENDATION 1. Approve issuing a request for proposals for a 9-1-1 system (equipment and services) with a five year maintenance contract. 2. Authorize the CAO to award the contract to the best overall proposal that is within the State allotment of$181,487 for this project. DISCUSSION The City of San Luis Obispo Emergency Communication Center, currently located at the Police Department, is a State certified Public Safety Answering Point (PSAP) responsible for receiving 9-1-1 calls in the City and for dispatching City police and fire services in response to these calls. Funding for the 9-1-1 equipment is provided by the State of California every five years and our last upgrade was in 1999. Council has approved two projects related to the 9-1-1 system: the construction of a new Emergency Communications Center adjacent to Fire Station 1, and an upgrade to the City's radio system. Staff had hoped to delay the state-funded upgrade to our 9-1- 1 system until the new communications center was built, however due to the age of the current system and new state and federal initiatives, an upgrade is necessary this year. One such initiative is a relatively new state law that requires cellular service providers to change their systems so that local agencies (PSAPs) can receive cellular 9-1-1 calls made in their jurisdictions (Assembly Bill 1263, effective January 1, 2001). These calls are currently being automatically routed to a limited number of California Highway Patrol (CHP) communication centers and then transferred to local police departments, causing delays in service and communication difficulties. This new law enables our Emergency Communications Center to directly receive wireless 9-1-1 calls made in our City, which allows faster and more efficient emergency response. In order to implement this important change, the City must upgrade to a 9- 1-1 system that can support this technology. The upgraded 9-1-1 system will be installed at the Police Department and moved to the new Communications Center in 2008. The logistics and potential costs of this move are addressed in the RFP for this project. Source of Project Funding. The State 9-1-1 Program, as managed by the California 9-1-1 Emergency Communications Office (State 9-1-1 Office), reimburses agencies for equipment and services necessary to answer 9-1-1 calls. There are two funding methods available: C�� Request for Proposals: 9-1-1 Equipment and Services Page 2. 1. Direct Funding — Public Safety Answering Points (PSAPs) may use the direct funding method for approved items that are mandatory for 9-1-1 call delivery. With prior approval from the State 9-1-1 Office, the direct funding method allows the PSAP to order equipment and services and have all invoices sent directly to the State 9-1-1 Office. 2. Reimbursement — The reimbursement funding method provides the PSAP a vehicle to be compensated for 9-1-1 related expenses that have been approved by the State 9-1-1 Office. Invoices will be sent to and paid by the PSAP. The PSAP may then submit a reimbursement claim to the State 9-1-1 Office. Staff has determined that the direct funding method best meets the needs of the City at this time. The RFP has been structured accordingly. Fiscal Overview. The project budget for the purchase and implementation of an upgraded 9-1-1 system, necessary training for communications personnel, and a five (5) year maintenance contract is $181,487. Funding for this project is available from the State. The City (PSAP) has been allocated $145,000 for the routine five year upgrade of the 9-1-1 system and associated maintenance. This allocation is based on a statistical analysis of the City's 9-1-1 call volume. In addition to the $145,000 new allocation, the City has additional State funds available from a savings in our current maintenance contract that resulted from a switch to month-to-month service in May 2004. Since this switch, we have been receiving from the State an annual allotment of $29,000 for maintenance fees, however the month-to-month maintenance contract with Verizon, although not intended as a long-term maintenance solution, has been costing less than this. The State allows us to apply any balance from this annual maintenance allotment towards the purchase of a upgraded 9-1-1 system. The following table depicts the State funds available for this project, less the projected maintenance expenses until the upgrade is complete and a new 5-year maintenance contract is executed: Description Cost Allocated State Funding 145,000 2005 and 2006 Annual Maintenance Fees 58,000 Paid Veiizon Monthly Rate (5/04.4/05 @ $720.68/month and 5/05 to 12/05 @ $756.71/month) (14,703 Subtotal 188 297 Projected Verizon Rate 1/06-9/06 @ $756.71/month) 6,810 TOTAL 181,487 The State requires the City to provide appropriate facilities to physically accommodate the upgraded or replacement 9-1-1 equipment. Once a vendor has been selected, staff from the Police, Public Works and Finance/IT Departments will work with the vendor to determine how best to accommodate the new equipment in the police department building until such time the equipment is moved to the new communications center in 2008. The electrical, heating, and air conditioning systems in the police building are aged and challenged to meet current needs. Transitioning from the old to the new 9-1-1 system, while still accommodating the storage needs es-z l Request for Proposals: 9-1-1 Equipment and Services Page 3 of other critical technology systems, may drive the need to upgrade portions of the building's electrical and air conditioning systems. These needs cannot be determined until a 9-1-1 vendor is selected and additional analysis is done. Should staff determine that additional City funds are needed to upgrade these systems,we will return to Council with such a request. Project Workscope Our current PSAP phone system is a VESTA system through Plant Equipment with a M1 switch. We plan to upgrade the following equipment: ■ Eight (8) 9-1-1 Trunks ® Three (3) Seven Digit Emergency Lines ■ One (1)Fire emergency one button connect line ■ One (1) Sheriff's Office tie line ■ One (1)9-1-1 switch line to receive Cal Poly's 9-1-1 lines in the event of failure ■ One (1)9-1-1 switch line to receive and transfer 9-1-1 system to Sheriff's office ■ Three (3) Alarm lines ■ Ten (10) Administration/Non-emergency dispatch lines Proposal Review and Award Schedule. The following is the anticipated schedule for proposal review and contract award: a. Issue RFP 3/8/06 b. Conduct pre-proposal conference 3/16/06 C. Receive proposals 4/6/06 d. Complete proposal evaluation 4/13/06 e. Conduct finalist interviews 4/20/06 f. Finalize staff recommendation 5/11/06 g. Award contract 5/18/06 h. Execute contract 6/1/06 i. Start work 6/2/06 Prospective Proposers The State of California has a Master Purchase Agreement (MPA) with providers of 9-1-1 equipment and services. The prices listed on the MPA for equipment and services are the maximum allowable, and the price of systems varies from contractor to contractor. By issuing an RFP we are establishing competitive quotes from vendors on the list, and increasing the buying power of our annual allotment. CONCURRENCE The Finance &Information Technology Department concurs with this request.. Cs-3 Request for Proposals: 9-1-1 Equipment and Services Page 4 FISCAL FAPACT There are no planned fiscal impacts to the City for the upgrading of the 9-1-1 equipment since State funds are available for the project. We will be selecting a vendor from the State Master Purchase Agreement list. The vendors have a working knowledge of the State's 9-1-1 Operations Manual Chapter III — Funding— and understand the PSAPs allotment caps. There may be some fiscal impact to improve the cooling and electrical services to the Police Department in order to accomodate the new 9-1-1 equipment; however staff is unable to estimate these costs at this time. The State 9-1-1 funds may not be used for these facilities costs. ALTERNATIVES 1. Defer the project. The existing 9-1-1 system is almost two years past the regular five year replacement schedule. The equipment is outdated and becoming unstable. We are also required to upgrade in order to comply with state law and accept wireless 9-1-1 calls initiated in our jurisdiction. Deferring the project is no longer a viable choice and staff does not recommend this alternative. 2. Deny the project. A reliable 9-1-1 system that complies with State law is critical to providing emergency services to our community. Not upgrading the.system using State funds would jeopardize the reliability and effectiveness of the system and would not allow the City to comply with the new wireless 9-1-1 requirement. Therefore, staff does not recommend this alternative. ATTACHMENTS 1.. Workscope excerpt from the request for proposals for 9-1-1 equipment and services. 2. Proposer's list. ON FILE IN THE COUNCIL OFFICE Request for Proposals for 9-1-1 Equipment and Services ASLOMSWUSERSWROSENB L �s-y ATTACHMENT 1 Attachment 1: Request for Proposal Workscope Page 5 OVERVIEW The City of San Luis Obispo consists of approximately 11 square miles, located in a valley surrounded by the Coastal Range. State Highways 1 and 101, a creek, Southern Pacific Railroad lines, and mountains split the community. The City has a residential population of 44,600, but as the County Seat, tourist destination and economic center of the County, the daytime population increases to well over 75,000. Additionally, the City and the nearby university (17,000 students) have an agreement for both automatic- and mutual-aid emergency services. Current Communications Center. The City of San Luis Obispo Emergency Communications Center is located in the lower level of the Police Department located at 1042 Walnut Street. The communications center serves as the Public Safety Answering Point for the City and provides emergency call taking and dispatching for City Police and Fire. Communications center personnel also provide dispatching for other internal City departments and are responsible for administrative telephone calls after regular business hours. The communications center managed 148,546 incoming telephone calls in 2004. ;Currently, there are four dispatch workstation consoles located in the communications center, each consisting of radio controls, Automatic Number and Automatic Location Identification (ANI/ALI) displays for the Verizon Vesta 9-1-1 emergency telephone system, a Genovations keypad for the phones and a Secureview keyboard device that enables a single keyboard to be shared between the 9-1-1 and CAD systems. The consoles are antiquated and obsolete. Future Communications Center. In 2000, the City hired the Gartner firm to review the City's technology infrastructure. From this, a five-year prioritized recommendation list for each department in the City was developed and documented in a 2001-05 Information Technology Strategic Plan. Two critical priorities were identified: 1) Upgrade the City's existing radio system, and 2) Upgrade the Public Safety Dispatch Center. These findings were based on the age of the equipment, inability to maintain the existing equipment with replacement parts, and discontinued manufacturer technical support. The City is building a new Public Safety Dispatch Center adjacent to Fire Station 1 located at 1260 Santa Barbara Street, San Luis Obispo. This project is tied to the upgrade of the radio system and is scheduled for completion in early 2008. There will be six dispatch consoles on the main floor of the new communications center. The communications supervisors' office will have two workstations that will act as back up and call taker positions during emergencies and large events. Having handsets with all of the PSAP lines would be ideal. The new phone system will be installed in the current communications center located at the police department and will need to be relocated to the new building. EXISTING 9-1-1 TELEPHONE SYSTEM Our current PSAP phone system is a VESTA system through Plant Equipment with a M1 switch. Our Base system currently has the following incoming lines pointing to display keys: 0 Eight(8)9-1-1 Trunks ATTACHMENT 1 Attachment 1: Request for Proposal Workscope Page 6 ■ Three (3) Seven Digit Emergency Lines ® One (1)Fire emergency one button connect line ■ One (1) Sheriff's Office tie line ■ One (1)9-1-1 switch line to receive Cal Poly's 9-1-1 lines in the event of failure ■ One (1)9-1-1 switch line to receive and transfer 9-1-1 system to Sheriff's office ■ Three (3) Alarm lines i Ten (10) Administration/Non-emergency dispatch lines PROPOSAL REQUIREMENTS The State of California recognizes you as a qualified vendor to supply 9-1-1 emergency communications office equipment and services under DGS 0026. Since five years have elapsed since the date of your proposal to the State, the City is requesting current proposals to replace their existing equipment. In Specification No. 90620, the City would like you to review their existing equipment and propose a new system that will best meet their needs and stay within the State's funding allotment for the City of $181,487. Submit a proposal to the City based on the State of California 9-1-1 Emergency Communications Office Master Purchase Agreement DGS 0026 (Reference Exhibits 1, 2 and 3) and other non-DGS related features stated below. 1. DGS-0026. In your proposal, further expand upon the following sections: a. Section 11 Page 5 of 35 of Addendum 0:9.:Relocation. As stated in the Overview of Specification No. 90620, the City's communication center will be moving to a new location during their five year contract term. Please address in writing how this will be accomplished and specify any associated costs on the proposal submittal form. b. Section IV, Page 5 of 20 of Addendum#4: GENERAL SYSTEM REOUIREMENTS 4. Logging Recorder Interface. The City currently uses Voice Print's recording system. Please address in writing your ability to readily integrate the telephone system with the recording system. c. Section IV, Page 5 of 20 of Addendum#4: USER FEATURES 6. Call Oueuing, Our current system is ACD. This is not a good system for our communications center. All calls need to be presented to all call takers at the same time. The new system needs to provide this type of call flow along with the indication of the longest ringing call as well as single button answer of that call. d. Section IV, Page 6 of 20 of Addendum#4: 13. Radio Broadcast & Section IV, Page 7 of 20 of Addendum#4: 16. Telephone Sets. The Proposer must provide wireless headsets that work with both the proposed telephone system, the backup telephone sets, and radio system. e. Section IV, Page 7 of 20 of Addendum#4: 15. Telecommunications Device for the Deaf(TD Y). ACHMENT 1 Attachment 1: Request for Proposal Workscope Page 7 The Proposer must fully integrate the proposed telephone system with a TTY/TDD system. The interface proposed must comply with all existing and known future FCC and/or legal requirements, including ADA, for handling TTY/TDD calls. The reliability . should be tested regularly from all workstations and generate printed documentation at the completion of this testing (Refer to TTY-PASS on the NEMA website at http://tty- pass.telecomxchange.com/TTY-PASS.php). The system must be able to self test or . connect to testing software as required through NENA. All TTY/TDD communications must be printable for documentation of the call. The Proposer will explain in writing how this will be accomplished. f. Section IV, Page 9 of 20 of Addendum#4: 9. Computer Aided Dispatch ANUALI Output. The City uses Spillman Technologies for their CAD/RMS system. The current phone system sends the calling address, phone number (ALJ/ANI) information, and the caller's name into specified tables in the call taker's portion of the Spillman software. The Proposer will explain in writing how this interface will be accomplished. The system must accommodate twenty (20) digit, XY (latitude longitude) coordinates and ANI in compliance with FCC's most recent.regulations. This information must download to the Spillman CAD system. g. Section IV,Page 9 of 20 of Addendum#4: 10. Central Processing Unit (CPU). The system design must eliminate single points of failure by using fault-tolerant components (e.g. dual power supplies, RAID, mirroring, hot swappable components, etc.) The Proposer must fully describe in the proposal any reduced levels of service caused by component failure, including the operational requirements for backup and recovery. h. Section IV, Page 9 of 20 of Addendum#4: 11. Keyboard. Selection of input devices must be a user function. Use of multiple applications during an operating session must be permitted via a single input device. Special attention must be given to each device regarding ergonomics and operational use. Independent arbitration of the keyboard and mouse between the telephone, TTY and CAD is required. Switching between applications must be performed through a single keystroke or mouse click, and take effect in less than one (1) second. i. Section IV, Page 9 of 20 of Addendum#4: 13. Monitor. A full size, 19" LCD color screen is required with touch screen option for each dispatch position. j. Section IV, Page 10 of 20 of Addendum#4: 15. Power and Redundancy. Fault Tolerance and Fallback Modes —The system must provide varying degrees or levels of fallback operations, depending on the magnitude of the fault or problem. An "all or nothing" approach is unacceptable. The Proposer must describe in the proposal each level of fallback in detail. e-5`7 ATTACHMENT 9 Attachment 1: Request for Proposal Workscope Page 8 Enhanced Alarming — The system must be capable of sending alarms to an external monitoring service that will notify the user when a system or user module is no longer functioning properly. Redundancy Option — There must be an option for a minimum of two processors, each having its own power supply. The system must provide information to the supervisor and manager that a failure has occurred via e-mail and on the phone system itself, as well as inform the service provider through a remote maintenance connection. This response must contain an accurate description of how the steps required to effectuate a switch over from one processor to the other will occur. There must also be an accurate assessment of how much time will be consumed from the time of system failure until system reactivation of the second process. k. Section IV, Page 10 of 20 of Addendum#4: 18. Station Message Detail Record (SMDR). Statistical reporting software. The Proposer must provide a management information system program to capture and track call statistics. The software must be able to capture and provide statistical details covering: • Incoming calls and types of calls i.e. 9-1-1, alarm line, non emergency, and times. • Outgoing calls, and length of time. • Hold times. • Ring times. • Calls by dispatcher. • A variety search capabilities. • Standard reports that the State of California 9-1-1 Emergency Communications Center uses to determine positions and funding allotments. The system must be capable of creating call detail records and system event records with the information gathered from workstations and the switch in the event that a call center's quality of service comes into question. These records can then be used to audit the events of the call in order to determine if processing occurred in a reasonable fashion. All reports must be capable of printing on a Hewlett Packard (HP) printer (HP is the City's standard). 1. Section IV, Page 11 of 20 of Addendum#4: 19. Remote Data Collection Service. The timestamp placed on the call when the call detail data is received from the network must be synchronized with the date/time stamp in Spillman's CAD/RMS system. Archiving/Retrieving Data — The City's current configuration does not allow for remote data collection. Plant Equipment, Inc.'s software product, MagIC, is used to submit reports to the State. Please explain in writing how the City will connect to the State's "remote data" collection service via your proposed system. Also explain how the proposed system will offer on site statistical data for proper management of the communications center. ATTACHMENT 1 Attachment 1: Request for Proposal Workscope Page 9 in. Section IV, Page 11 of 20 ofAddendum#4:. 20. Multiple lines/Workstation requirement. Can your intelligent workstations be blade-based? n Section-IV,Page 12.of 20 of Addendum#4: 25. Wireless ALI — FCC 947102 — Phase I and Phase II. A major emphasis of the wireless project is the redistribution of statewide wireless 9-1-1 call volumes to local PSAPs. Currently a limited number of California Highway Patrol (CHP) communication centers handle the overwhelming majority of wireless 9-1-1 calls. To accommodate these routing changes, new legislation was passed in 2000 (Assembly Bill 1263) and signed into law, effective January 1, 2001. This will allow approximately 500 local PSAPs to assist the 24 CHP communication centers in handling the estimated 8 million wireless 9-1-1 calls made in California each year. The central region is currently testing and cutting over local PSAPs. We have delayed testing until after this 9-1-1 upgrade. Part of this project will include coordination with our CAD vendor to accomplish CAD mapping. To view on line comprehensive details regarding the Phase II project http://www.td.dgs.ca.gov/Services/91.1/we9l.Lhtm. o. Section IV, Page 12 of 20 of Addendum#4: 26. Geoizrayhical Information System.. Mapping — The Proposer must define in the proposal the method to receive and display wireless 9-1-1 call locations. The output of this information must comply with current State regulations. 2. Non-DGS 0026 Performance Specifications. a. FCC Voice over Internet Protocol (VoIP) Mandate Compliance. Compliance with FCC VoIP mandate to deliver the traditional 9-1-1 call parameters - ANI, ALI and a call- back number- for all calls originating from stationary VoIP subscribers. b. Pre-Recorded Greetings. The system must allow the call taker to program "Pre- Recorded Greetings" by line type. These greetings must follow the call taker by lob on to any position. There must be a different greeting allowed for each line type in the system. c. Secondary Call Taking Site. City 9-1-1 calls are currently rerouted to another PSAP during times that require alternate 9-1-1 call routing. The City also accepts rerouted calls from other PSAP locations. The Proposer must describe the way in which this service is provided. d. Mounting Equipment. Server must be able to mount on a standard 19" rack. �s 9 Attachment 2: Proposer's List Page 10 9-1-1 EQUIPMENT AND SERVICES -SPECIFICATION NO.90260 Business Name Moducom Business Name Positron Contact Name Robert Moesch Contact Name Roger Lasry Phone No. 818-764-1333 Phone No. 800-361-9698 e-mail: moesch@moducom.com e-mail: Lasry@positron9l Lcom Business Name Motorola Business Name Siemens Contact Name Dave Megeath Contact Name Thoma Bylsma Phone No. 916-536-0305 Phone No. 916-797-0175 e-mail: dave.megeath@motorola.com e-mail: Thomas@bylsma@siemens.com Business Name Nine One One,Inc. Business Name Verizon Contact Name Allen Arnis Contact Name Dave Bickford,John Boerne Phone No. 303-426-1911 Phone No. 916-797.4909 e-mail: allenarins@nineoneone.com e-mail: david.bickford@verizon.com Business Name South West Bell SBC Business Name Zetron Contact Name Patti Bell Contact Name Bob Connell Phone No. 916-972-6850 Phone No. 425-820-6363 X638 e-mail: pbl679@sbc.com e-mail: bconnell@zetron.com Business Name Plant Equipment Business Name ATT E911 Contact Name Dave Rutan Contact Name Stephen Fryer Phone No. 951-719-2112 Phone No. 661-267-7506 e-mail: drutan@peinc.com e-mail: sfl843@att.com