Loading...
HomeMy WebLinkAbout10-06-2015 Item 08 - 9-1-1 Equipment Upgrade Meeting Date: 10/6/2015 FROM: Keith Storton, Acting Chief of Police Prepared By: Kerri Rosenblum, Communications & Records Manager SUBJECT: 9-1-1 EQUIPMENT UPGRADE RECOMMENDATION Award the contract between AT&T and the City using the State Master Purchase Agreement to replace the existing 9-1-1 phone system equipment with new and upgraded 9-1-1 equipment. DISCUSSION Project Detail The main purpose of this item is to authorize the replacement of the 9 -1-1 system. The goal of the State of California 9-1-1 Section Branch (CA 9-1-1 Branch) is to enable each agency that provides dispatch services (also known as a Public Safety Answering Point or PSAP which is the City’s Emergency Communications Center) to provide the fastest, most reliable, and cost- effective access to emergency services for any 9-1-1 caller in California. In order to keep vital 9-1-1 equipment current and reliable the CA 9-1-1 Branch created a funding policy and Master Purchase Agreement (MPA) for California agencies. Every five to seven years, a PSAP can submit a request to the State to upgrade or replace 9-1-1 equipment. The City needs to replace the 9-1-1 equipment at the Emergency Communications Center in 2016. The MPA are contracts that are competitively bid and available to agencies that expend public funds. These types of agreements establish a pre-qualified list of vendors and simplify the purchasing process for the end user, by utilizing fair and reasonable pricing. PSAPs may use the MPA to purchase Customer Premise Equipment (CPE) and maintenance services. The State of California awarded the new statewide 9-1-1 Systems and Services MPA to nine contractors who were responsive to the Request for Proposal (RFP) 1104-14 technical and administrative requirements. Use of the MPA is not mandatory; however, it offers direct funding by the CA 9-1-1 Branch to the Contractor. However, PSAPs may choose to use their local procurement processes, pay the Contractor direct, and request reimbursement from the CA 9-1-1 Branch. In order to provide funding in an equitable manner throughout the State, the CA 9-1-1 Branch has established a CPE funding fixed allotment calculation that is based on each PSAP’s volume of 9-1-1 calls. The State performed a 9-1-1 call-traffic analysis and calculated the City’s allotment at $330,000. 8 Packet Pg. 29 AT&T provided a quote in the amount of $254,041.13. Our City has a long standing good relationship with AT&T. The Dispatchers are comfortable using the proposed equipment and we would like to continue with services provided. Vendor Selection – 9-1-1 System In addition to being on the MPA list with pricing some Vendors will make contact with agencies coming up for renewal. AT&T was the first vendor to contact our agency and provide a quote to the City. AT&T has been our supplier for the last decade. In 1998 the City shifted from AT&T based on a previous System Administrator request but moved back to AT&T with the next contract while designing the new Emergency Communications Center in 2006. AT&T has been the City’s contractor since that time and provides a complete system and services from the 9-1-1 trunks to maintaining the phone consoles. They also have local personnel for maintenance, support, and troubleshooting. The Emergency Communications Center currently uses the VIPER system and is comfortable with this equipment for answering both emergency and nonemergency phone calls. In addition to upgrading current equipment AT&T has included three Mobile Phone Lap Top computers which will be used for answering 9-1-1 and business calls but will also be deployable in the event of an evacuation or major disaster. These three lap tops will help achieve our goal toward disaster preparedness. They are also installing DSL or other high speed connectivity for remote access. Another quote was provided by Carousel Industries which was recently added to the MPA. They proposed a different vendor’s phone system and provide training for our IT staff as first responders for trouble shooting in addition to their remote access. They currently do not have city or county local support personnel. Our City’s IT department is minimally staffed and adding high liability 9-1-1 equipment to their workload would not be prudent. In addition their final quote came in at $316,208.96. AT&T has a proven track record providing service and support to our City. Their quote is the least expensive and they are offering the same phone system that our employees are comfortable using. Additionally we will gain three phone laptops for field operations in the event of an evacuation. City policy (Financial Management Manual Section 405-I) allows the use of cooperative purchasing contracts which is being proposed in this case. CONCURRENCES A presentation of the CA 9-1-1 Branch Funding was provided to the IT Network Services Staff, the Finance and IT Director, and Police Staff on August 26, 2015 by the Communications & Records Manager. There was unanimous agreement to use the State MPA and to select AT&T as the vendor for the 9-1-1 upgrade. 8 Packet Pg. 30 FISCAL IMPACT The City Council approved the capital improvement project to replace the 9-1-1 system as part of the 2015-17 Financial Plan. Funding allocated was $250,000 for the 9-1-1 system replacement. Since that time, the State has authorized funding in the amount up to $330,000. The AT&T quote is in the amount of $254,041.13. Through the contract agreement the State will pay AT&T direct for the proposed system. As a result of the direct billing to the State no budget amendments are required. The fact that State funding has become available for this project means that some of the 9-1-1 CIP will be repurposed to purchase the audio recording system and five years of maintenance which has turned out to be about $32,000 more expensive than anticipated. Staff is hopeful that the State funding may cover both the 9-1-1 system upgrade and the audio recording system. Once both projects are completed the remaining CIP funding will be returned to the appropriate fund balance. ALTERNATIVE The City could choose Carousel Industries as the new vendor and support for our 9-1-1 equipment. The price of this contract is significantly higher and the City is working to apply residual funds towards the CIP for the Audio Recording Equipment replacement as it has a direct nexus to 9-1-1. The City would also need to reevaluate how it prioritizes deployment of its IT personnel because this option would require increased levels of devoted staff.. Attachments: a - Advanced Notification for CP Equipment Funding b - AT&T Quote c - AT&T Statement Of Work d - Carousel Industries Quote 8 Packet Pg. 31 8.a Packet Pg. 32 At t a c h m e n t : a - A d v a n c e d N o t i f i c a t i o n f o r C P E q u i p m e n t F u n d i n g ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) DATE 9/30/2015 Account Manager Jeff Cushman System:Power911 VIPER Phone 858-886-1140 PowerMIS Email jc6785@att.com Number of Positions 6 Tax Rate 8.000% Equipment 97,049.05$ Includes: Number of Positions:6 Taxable Equipment 95,869.05$ Tax 7,669.52$ Installation and Training 51,136.31$ Subtotal 155,854.89$ $1,562.48 74,999.04$ System Total:$230,853.93 Equipment and Training 13,129.64$ Includes: Number of Positions:6 Taxable Equipment 12,306.19$ Tax 984.50$ Installation 841.55$ Subtotal 14,955.69$ $171.49 8,231.52$ System Total:$23,187.21 Grand Total:$254,041.13 This Quote Valid until 12/29/2015 Maintenance: x 48 Months Maintenance Years 2-5 Year 1 included with system AT&T supplied access is for remote maintenance. AT&T to supply host network connectivity and high speed remote access Installation Training Quote Summary Customer San Luis Obispo Police Department PowerMIS Pow er911 VIPER Installation Training Maintenance: x 48 Months Maintenance Years 2-5 Year 1 included with system Proprietary Information Not for use or disclosure outside AT&T without written agreement 1 of 1 8.b Packet Pg. 33 At t a c h m e n t : b - A T & T Q u o t e ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 This Scope of Work and associated Cost Table is valid 120 day from above date San Luis Obispo Police Department With SCOPE OF WORK For Power 911 / VIPER Power MIS Project 8.c Packet Pg. 34 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 This Scope of Work and associated Cost Table is valid 120 day from above date Table of Contents 1.0 OVERVIEW ........................................................................................................................1 1.1 PURPOSE & OBJECTIVES ...................................................................................................1 1.2 REUTILIZATION OF EXISTING EQUIPMENT .............................................................................2 1.3 EQUIPMENT REMOVAL & DISPOSAL .....................................................................................2 2.0 DESIGN SOLUTION...........................................................................................................2 2.1 CALL PROCESSING .............................................................................................................2 2.2 BACKROOM SYSTEM ..........................................................................................................4 2.3 SYSTEM GROWTH CAPABILITIES .........................................................................................5 2.4 CONNECTIVITY ...................................................................................................................5 2.5 SYSTEM PROGRAMMING .....................................................................................................5 2.6 INTEGRATION REQUIREMENTS .............................................................................................6 3.0 CHANGE REQUESTS ........................................................................................................6 4.0 ACCEPTANCE TESTING ...................................................................................................7 5.0 RESPONSIBILITIES ..........................................................................................................7 5.1 AT&T PROJECT TEAM .......................................................................................................7 5.2 PROJECT MANAGER ...........................................................................................................8 5.3 AT&T RESPONSIBILITIES ...................................................................................................8 5.4 SAN LUIS OBISPO PD RESPONSIBILITIES .............................................................................8 6.0 INSTALLATION SCHEDULE .............................................................................................9 7.0 MAINTENANCE PLAN .......................................................................................................9 7.1 MAINTENANCE AND REMOTE ACCESS SERVICES CAPABILITIES .............................................9 7.2 POST-INSTALLATION SUPPORT LIMITATIONS ......................................................................10 7.3 REPAIR OF UNSUPPORTED FAILURES ................................................................................11 8.0 TRAINING .........................................................................................................................11 8.1 SUPERVISOR/DISPATCHER TRAINING .................................................................................11 8.2 TRAINING DOCUMENTATION ..............................................................................................11 8.3 SERVICE MANUAL DOCUMENTATION ..................................................................................11 9.0 DOCUMENT ACCEPTANCE............................................................................................12 APPENDIX A: AGENCY COMPLIANCE - SITE CERTIFICATION DOCUMENT ......................13 APPENDIX B: LAN/WAN POLICY .............................................................................................14 APPENDIX C: DISPATCH AND EQUIPMENT FLOOR PLANS ................................................15 APPENDIX D: PRICING & TERMS ............................................................................................17 APPENDIX E: CHANGE ORDER REQUEST FORM .................................................................18 APPENDIX F: MAINTENANCE PROCEDURES ........................................................................19 8.c Packet Pg. 35 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 1 Prepared By: Robert Russo 1.0 OVERVIEW 1.1 Purpose & Objectives The purpose of this document is to describe the work to be performed by AT&T California (herein referred to as Contractor) in satisfying the E9-1-1 system requirements for San Luis Obispo PD (herein referred to as Agency). In order to achieve the proposed system design the following system work operations are required: Upgrade existing Intrado Power 911/VIPER system. The aforementioned equipment will be used to terminate various trunks, lines and data circuits required to process E9-1-1, and administration calls by the Agency. AT&T will provide the following products: Intrado Call Processing Equipment Qty Power 911/VIPER 1 VIPER Core Servers (4) & Software (OS, SQL, etc.) 1 Power 911 Server 2 CAMA Interface Module (4 trunks per module) 5 AIM Modules (4 lines per module) 4 VIPER Gateway Shelf 2 -48V Power Supply & Shelf for VIPER system 2 24 Port Ethernet Switch 6 Power 911 Intelligent Workstations (includes CPU, VIPER backroom interface components, Audio Interface equipment, keyboard, and mouse). 6 Integrated Telephony & Radio Recorder (ITRR) 6 22" Flat panel widescreen monitor w/ built-in speakers 6 Genovation 48 button keypad 3 Laptop Position (includes laptop, docking station, backroom interface components, audio interface equipment, keyboard, mouse, transport case, and Power 911/VIPER license/software. Includes 22” widescreen monitor, Genovation keypad, IRR, and other ancillary equipment. (Included at no cost to Agency) Intrado Data Management Equipment Qty Power MIS 1 Power MIS Server 6 Power MIS Data License (per position) 3 Power MIS Data License (per laptop position) (included at no cost to Agency) 1 Power MIS Concurrent Client License 1 Network (color) printer Agency will supply following system components: Qty Item Description - Building UPS for backroom and positions 8.c Packet Pg. 36 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 2 Prepared By: Robert Russo System components NOT included in the sale: Item Description CDR Printer / ePrinter IP Admin Phones Power Map Upgrade NetClock Long-term Voice Recorder (LVR) UPS (backroom/positions) **Please refer to Line Item price list for all parts in Appendix D.** The equipment provided by ATT will comply with State of California Contract 5-5- 12-58-01 AT&T CALIFORNIA and any FCC requirements for E9-1-1. It will also meet the NENA requirements for displaying ANI/ALI Phase II wireless calls. 1.2 Reutilization of Existing Equipment The following equipment has been certified to be compatible with current technology and in good condition. This equipment will be reutilized: Qty Item Description 6 Existing backroom to workstation wiring Re-utilization of existing equipment may require additional system down time that results in the Agency going to Alternate Answer. *Note: Any IWS workstation that can be re-used for peripheral purposes will be evaluated for use. All workstations must meet minimum vendor specifications to be re-used. 1.3 Equipment Removal & Disposal Intrado Equipment The following equipment will be left at the Agency’s building by AT&T:  VIPER & Power 911 servers, workstations and ancillary components  Miscellaneous VIPER components not being re -used In the event the old equipment must be removed, AT&T technicians will work with the Agency’s personnel to remove the above equipment. AT&T technicians will place old equipment in an area designated by the Agency. AT&T technicians will not remove any existing equipment from San Luis Obispo PD’s building. 2.0 DESIGN SOLUTION 2.1 Call processing System Overview AT&T will provide a complete E9-1-1 system solution from a high-level perspective by deploying Call-Processing, and Data-Management related system equipment. The 8.c Packet Pg. 37 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 3 Prepared By: Robert Russo functionality of these system components when coupled together enables the Agency with the capability to process E9-1-1 and administrative type calls and other various PSAP emergency and non-emergency functions. While also creating a system solution that enables the Agency to gather, process, and statistically report all critical 911/administrative call information. AT&T will implement Intrado’s Call-Procession suite of hardware/software application (s): Power 911/VIPER and Power MIS for this E9-1-1 system design solution. AT&T will achieve these system objectives by implementing the following managed work operations: Call-Taker/Radio Positions in Dispatch Area Install six (6) workstations (positions 1-6) with: Power 911 and ITRR. These positions are AT&T provided workstations. Each workstation includes: a 48-button Genovation keypad, (1) 22” flat panel widescreen monitor, keyboard, mouse, SONIC box, and a single handset jack (telephony only) configured as a call-taking / dispatching position(s). The existing wiring to each position will be reused. The existing cabling is: four CAT5 cables to each position from the backroom. The CAT5 cable is provisioned as follows: (1) Power 911 Primary NIC, (1) Power 911 Secondary NIC, (1) for LTR position-based recording, and (1) for future/spare). Laptop Positions Install three (3) laptops (positions 7-9) with: Power 911 and ITRR. These positions are AT&T provided laptops. Each workstation includes: a 48-button Genovation keypad, (1) 22” flat panel widescreen monitor, keyboard, mouse, SONIC box, transport case, and a single handset jack (telephony only) configured as a call-taking / dispatching position(s). These are provided as part of the solution at no additional cost to the Agency or State. These will replace the existing SNOM IP phones. ITRR Integrated Telephony and Radio Recorder (ITRR) is a short-term recorder and is used to record both telephony audio (from Power 911) and radio audio (from radio console) so it can be played back as desired by the user. It is configured for an eight hour continuous first-in, first out method. Playback output is done via external speakers only at this time (cannot be played via head/handset). Audio Interface In order to ensure proper audio functionality at each IWS position and facilitate audio connectivity with third party audio devices at the Agency loca tion, the system design includes a SONIC Box that hands off telephony audio (from Power 911) to a radio console. The SONIC Box also provides a two wire audio path of position audio that will be terminated to AT&T provide long-term voice recorder. The demarcation point for this audio will be located in the backroom. This enables the radio console to provide headset sharing between phone and radio. The radio console will perform the audio arbitration/switching thus the radio headset jackbox would provide both telephony and radio audio. 8.c Packet Pg. 38 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 4 Prepared By: Robert Russo Only Intrado tested and certified headsets and amplifiers (as per the List of Approved Headsets, revision 44, document) are supported. Any non-approved headset or amplifier will be supported on a “best effort” basis. Power MIS Clients The Power 911 workstations can be configured for client access to Power MIS on one or more positions and further configured by Power 911 user logon. This will determined during implementation. Printer A networked color (laser) printer is include d in this solution which can be used by both the Power911/VIPER and Power MIS systems. This printer will be installed in dispatch. 2.2 Backroom System System Overview 911 CAMA trunks originating from the Agency’s serving central office tandem will be terminated on the VIPER system (via CAMA Interface Modules) controller equipment located in the backroom. Analog lines such as 10-digit emergency, 10-digit admin lines, and ring-down lines will be terminated on the VIPER (via AIM modules) call processing equipment also located in the backroom. The AIM modules are also known as admin gateway, in that it processes voice and data (Caller-ID) type calls using FXO signaling along with supporting standard FSK format Caller-ID decoding. Digital trunk(s) are not a part of this solution. Please refer to the Trunks & Lines table below for a full list of lines that are a part of this design. VIPER Install VIPER hardware in one cabinet located in Telco equipment backroom. It should be noted that the VIPER equipment will be installed in a pre-racked cabinet (see dimensions in equipment list table in Section 1.1). The VIPER equipment cabinet must be able to fit in all areas leading to the Telco equipment room. NetClock AT&T will interface to the existing 9188 Spectracom Eth ernet Time Server. ALI The existing network geographic diverse 56K Data circuit (DS0) that carry the Automatic Location Identification (ALI) data will terminate in the AT&T provided router, which is connected via RS-232C cables to the VIPER servers. CAD AT&T will provide an interface connection demarcation point between the VIPER server and Agency provided Computer Aided Dispatch (CAD) computer system via a RS-232C cable located in the backroom. If the data rate of this RS232C connection is set for 9600 bps there is a 50ft limitation imposed on this connection. This 50 foot limitation can be increased with the use of an Agency provided RS232c extender. AT&T can provide a quote to the Agency to provide this RS232c extender to overcome the 50 foot distance limitation of the CAD to AT&T backroom. Firewall 8.c Packet Pg. 39 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 5 Prepared By: Robert Russo The VIPER system includes a firewall to give remote access to AT&T for support and maintenance. A dedicated broadband (DSL or higher) connection to the firewall is required and will be provided by AT&T. 2.3 System Growth Capabilities AT&T warrants that the hardware, software and operating systems sold are current at the time of shipment. Software and hardware manufacturers continually upgrade their products. This may require the Agency to upgrade hardware, software or operating systems in the future in order to expand this system. The maintenance package included in this sale does not include software/hardware upgrades required for expansion or integration. The modular design of VIPER allows the system to be configured to accommodate up to (192) - E9-1-1 Positions, (192) - incoming 911 trunks, and (192) – analog lines (supports Caller-ID). San Luis Obispo PD’s system will be configured with a capacity of (8) 911 CAMA trunks, currently using (8), leaving a future growth of (0) 911 CAMA trunks. This system is also configured with a capacity of (20) analog lines, currently using (17) leaving a future growth of (3) lines. The number of modules in this system was based upon the needs and requirements of the Agency at time of system design. Additional equipment cards and/or hardware may be added to the system to increase lines or positions. 2.4 Connectivity Trunks & Lines Qty Trunk Line Definition 8 E9-1-1 CAMA Trunks 5 Emergency Lines (as inventoried below)  783-7730  783-7731  783-7732  543-1613  543-5461 12 Other Lines (as inventoried below)  781-7312  781-7318  781-7320  781-7354  781-7355  Fire Com (781-7746)  781-7357 (Fire)  Front Door  Lobby Door  Medcom  Red Phone  Gate 2.5 System Programming The system will be programmed with a log in ID for each Administrator/Supervisor. The administrators/ Supervisors will have all the capabilities that the dispatchers have as well as additional capabilities requested by the Agency. The “master” speed dial list will be the same for each position and the site supervisor/administrator will have the capability to change, add, and delete speed dials on the “master” list. 8.c Packet Pg. 40 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 6 Prepared By: Robert Russo The system will be programmed with a log in ID for each dispatcher. There will be a single Agent Profile for all dispatchers that will have the same configuration, colors and icons. The system programming requirements may be changed at the request of the Agency during the Installation process. The AT&T Project Manager will work with the Agency to meet the Agency’s specific needs. All system programming on Power 911 and Power MIS, will be handled by AT&T. All initial system programming will be to replicate the current operation of San Luis Obispo PD as closely as possible. If it is determined during design sessions that chang es need to be made, they can be made at that time. Once the system is cutover and accepted, any further adds, moves, and changes will be performed on a Time and Materials basis at the prevailing contract rates. (Examples of adds, moves, and changes are: Adding 7 digit emergency lines to the system ; moving a Power 911 position to another location; changing the DID number on a position). 2.6 Integration Requirements AT&T will be the integrator for all telephony-related issues. AT&T will be responsible for installation and maintenance of all network facilities terminating into the connector block installed at each position. CAD Interface The Power 911 E9-1-1 system provides a CAD Interface Port that allows other system devices to interface with emergency call information. It will provide the retrieved ANI/ALI for an emergency call, as well as the answering position identification on an ASCII RS - 232C port. The demarcation point for the Agency CAD system is the labeled serial port/connector from the VIPER server(s) in the equipment room. Building Modifications All building modifications are the responsibility of the Agency. The AT&T Project Manager will work closely with the Agency to determine proper timeline coordination for a smooth system implementation. Please refer to Appendix A for the specific modifications to be performed by the Agency. 3.0 CHANGE REQUESTS The Agency may at any time, by written order, and without notice to the Contractor’s sureties, submit a change order to the Contractor. Within ten (10) working days of receiving a proposed change order, the Contractor will submit a written cost estimate, which will include adjustments to the Project Price, Project Schedule, Statement of Work, Acceptance Criteria, or any other obligations of the Contractor, as applicable. The Contractor or the Agency may also decline the change order, depending on the nature of the requested changes. The Contractor may also propose a change order involving additions, deletions, or revisions to the work, or any obligations imposed upon the Parties under this agreement. 8.c Packet Pg. 41 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 7 Prepared By: Robert Russo AT&T’s changes to the system design or individual component changes will be submitted to the Agency for approval using the Change Request Form shown in Appendix E. The Agency will appoint a single individual as a Project Manager. Change Orders will be approved in writing, by the Agency's Project Manager. The Contractor will not proceed with any work contemplated in any proposed Change Order until it receives written notification to commence such work from the Agency’s Project Manager. 4.0 ACCEPTANCE TESTING Final system acceptance for this Scope of Work will occur when the standards of performance of the State contract which can be reviewed at: http://www.calema.ca.gov/PSC/Pages/Services/911/911 -Systems-and-Services-Master- Purchase-Agreements.aspx. These will have been met after 240 consecutive hours of operation following the cutover date. During these 240 hours, the system will function without interruption, as defined by contract and according to the project specifications. If the 9 -1-1 system fails to meet the standards of performance, then the 240 hour system acceptance period will re -start following correction of the problem. Once the system is accepted, any further adds, moves and changes will be performed on a Time and Materials basis at the prevailing contract rates. 5.0 RESPONSIBILITIES 5.1 AT&T Project Team Contacts Role Name Phone / Fax / Pager Mail / E-mail Provisioning Manager Gayle Kinn Phone: (916) 972-2283 Cell: (916) 213-4619 gk5619@att.com 3707 Kings Way #C33 Sacramento, CA 95821 Application Sales Executive Jeff Cushman Phone: (858) 886-1140 Fax: (707) 427-7569 Cell: (619) 917-6568 jc6785@att.com 7337 Trade St. Room 4900 San Diego, CA 92121 9-1-1 Service Executive Don Baca Cell: (775) 313-2181 db3165@att.com 10550 W Charleston Las Vegas, NV 89135 9-1-1 Systems Technician Darrell Lakey Phone: (805) 528-0304 darrell.lakey@att.com 196 Suburban Road San Luis Obispo, CA 93401 Technical Sales Consultant II Robert Russo Phone: (951) 369-2282 Cell: (951) 500-2130 rr1713@att.com 3580 Orange Street Rm 104 Riverside, CA 92501 PSAP Manager Kerri Rosenblum Phone: (805) 781-7342 krosenbl@slocity.org 1135 Roundhouse Ave. San Luis Obispo CA, 93401 State 911 Consultant Barbara Bassham Phone: (916) 657-9680 barbara.bassham@caloes.ca.gov 601 Sequoia Pacific Blvd. MS-911 Sacramento, CA 95814 8.c Packet Pg. 42 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 8 Prepared By: Robert Russo 5.2 Project Manager An AT&T Project Manager will be assigned for this system implementation. The Project Manager is responsible to plan, organize, control, direct and coordinate people and material resources throughout the life of the project. 5.3 AT&T Responsibilities AT&T is responsible for the following:  Delivery of equipment  Security of equipment, until equipment is delivered to customer premise.  Disposal of packaging materials and debris.  Any damage caused by Contractor (or Contractor’s agent) to equipment, building, or other property.  Installation of common control (server) equipment in racks/cabinets.  Dressing of all cables.  Identification and labeling of all cables.  Installation of appropriate cabling from equipment room to all Power 911 positions.  NENA standard ANI/ALI interface supplied to the Agency owned CAD system.  Installation of interface jacks for radio headsets. 5.4 San Luis Obispo PD Responsibilities Equipment Room  Provide locked, limited access to the equipment room.  Provide space for VIPER cabinet as agreed upon and depicted in below drawing  Adequate space for working area and for spare part/equipment storage (if applicable).  Furnishing HVAC equipment that will keep the backroom temperature and humidity levels of 72 degrees F+/- 5 and less than 50% relative humidity.  Provide/verify that each AT&T backroom equipment cabinet has two 20 amp breakered circuits dedicated to the rack with a NEMA 5-20R outlet each and a single dedicated NEMA 5-20R breakered circuit for each rack (if required).  Earth ground for AT&T provided equipment.  Building UPS for 911 equipment Dispatch Room  Furniture selected by Agency is compatible with, or will be modified by the Agency to be compatible with, the selected system equipment.  Provide/verify that each AT&T dispatch position has one 15 or 20 amp (NEMA 5- 15/20R) breakered circuit dedicated to emergency call-taking with a quad outlet. Ancillary electrical components such as heaters, lights , and furniture will not be on this circuit(s).  Provide conduit run from each dispatch position to backroom equipmen t.  Individual or building UPS for each 911 position General  Access to building for AT&T and subcontractors.  Conduit and coring of walls. 8.c Packet Pg. 43 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 9 Prepared By: Robert Russo  Adequate power and power outlets and circuit breakers.  All radio and CAD equipment.  Adequate security to prevent theft of computer equipment.  On-going upkeep for room requirements listed.  Technical expertise from Agency's other vendor’s during planning, installation and cut-over.  The Agency's Project Manager will facilitate the resolution of any problem determined with these interfaces pertaining to the radio, CAD, recorders, Net Clock or other Agency owned interfaces.  Full and free access to the 9-1-1 related equipment to provide service (subject to Agency’s security regulations)  Maintain records and documentation associated with contractor performance Note: The 911 Network and Agency Networks may not share the same LAN Segments. Power 911 IP packets must be segregated from CLETS, NCIC, DMV, CWS, and all other Agency network traffic. 6.0 INSTALLATION SCHEDULE The following table is provided as a guideline based on the “Estimated Final Funding Date”. The actual funding date will affect the entire timeline. The official implementation schedule will be negotiated between the Agency and the AT&T project Manager using the “911 CPE PSAP Implementation Form”. Changes to the agreed upon schedule may be made by mutual consent of AT&T and the Ordering Agency and must be documented on the “911 CPE PSAP Implementation Form”. Pricing is based on installation being performed during AT &T’s normal business hours (M-F, 8:00am - 5:00pm, excluding AT&T holidays). Installation activities outside of AT&T’s normal business hours are available at prevailing after hour tarif f. There will be no additional cost to the Agency for an after-hours cutover, if it becomes necessary. 7.0 MAINTENANCE PLAN 7.1 Maintenance and Remote Access Services Capabilities The 911 system is provisioned to allow AT&T (and Intrado) to remote access into the 911 system in order to identify software and hardware problems and make repairs. In the event that the equipment cannot be repaired remotely, two trained technicians are stationed within two hours of the Agency PSAP to facilitate onsite repairs. Items excluded from maintenance include any software which is at a revision level not supported by the Software licensor. AT&T makes no guarantee as to parts availability on Estimated Final Funding Date:10/29/2015 Estimated Equipment Order Date:11/3/2015 Estimated Equipment Delivery Date:1/12/2016 Programming Change Freeze Date:1/19/2016 Estimated Begin Installation Date:1/22/2016 Estimated Training Date:2/5/2016 Estimated System Cutover Date:2/19/2016 8.c Packet Pg. 44 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 10 Prepared By: Robert Russo Equipment that has been discontinued by its manufacturer. In the event a manufacturer discontinues producing any equipment or in the event the e quipment has outlived the manufacturer's suggested product life cycle, AT&T will continue to provide Service under the Maintenance Plan for as long as parts are available on a commercially reasonable basis. In the event repair parts are not readily available, AT&T will advise customer and customer will have the option to replace the Equipment with a similar product. AT&T offers at the prevailing rates. In the event the customer declines to authorize such replacement, AT&T will cease providing Service for such Equipment. If persons other than AT&T and/or their subcontractor(s) have performed maintenance or repair of equipment, and, as a result, further repair by AT&T and/or their subcontractor(s) is required, such further repairs will be made at AT&T's then applicable time and material rates. AT&T includes a one-year warranty and years two through five on a maintenance contract through the State of California Contract . POWER 911/VIPER  AT&T will provide a “Maintenance Kit” to be kept at a location readily accessible to AT&T Technicians or, in some special cases, due to an Agency's location or system size, kept on site in a secured location. The contents of the Maintenance Kit will be based upon the requirements of the Agency's 9-1-1 system. AT&T absorbs the cost of the Maintenance Kit and the equipment provided within the kit will remain the property of AT&T.  AT&T includes five-year parts and labor on the 9-1-1 system. The five-year period begins at date of customer acceptance. After the five-year period, the Agency may choose to replace the system, maintain it, or a maintenance contract will be created with agreed terms, conditions and costs. Service packs, and hot fixes will be kept current and upgraded at no charge (additional features and hardware may not be included). Operating System upgrades are not included. 7.2 Post-Installation Support Limitations AT&T’s support obligations hereunder will not apply to any AT&T supported product if adjustment, repair, or parts replacement is required because of:  Printer ink and paper are not included under maintenance.  Accident, neglect, tampering, misuse, improper / insufficient grounding, failure of electric power; failure of the PSAP and/or others to provide appropriate environmental conditions, relocation of hardware or software, or causes other than ordinary use  Repair or alteration, or attempted repair or alteration of any AT&T supported product (hardware and/or software) by the PSAP or others  Connection of another machine, device, application or interface to AT&T supported equipment (hardware and/or software) by , Agency, the PSAP or others, which has caused damage to AT&T supported equipment  Degradation of performance to AT&T systems due to non -compliance with the Customer Site Preparation Requirements (excessive heat, humidit y, moisture, condensation, dust, EMI, etc.) as identified in AT&T document TP76911, Section C, Part 2, is not covered under Maintenance or Warranty. 8.c Packet Pg. 45 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 11 Prepared By: Robert Russo  Damage or destruction caused by natural or man -made acts or disasters  Degradation of performance to AT&T systems due to the installation of third party software applications or Operating System patches, service packs, hot -fixes, or Windows services and not specifically certified, approved, and registered by AT&T for use at the site(s) identified herein.  Support described herein does not include cosmetic repairs, refurbishment, furnishing consumables, supplies or accessories, making accessory changes or adding additional devices or software applications. 7.3 Repair of Unsupported Failures The Agency may request Field engineering to rectify unsupported failures, as defined above, on a Time & Materials basis. Labor rate charged will be the current AT&T labor rate (plus expenses) at the time service is requested. AT&T is NOT responsible for the performance of third party applications/systems. 8.0 TRAINING 8.1 Supervisor/Dispatcher Training AT&T and/or its subcontractor will provide Call-taker/Dispatcher and Supervisor/System Administrator training for the Power 911, Power MIS. The training will be done at the Agency’s site. Each Call-Taker/Dispatcher or Supervisor/System Administrator refresher class will last approximately half an hour. The training will be done during normal business hours (6 am – 6 pm) Monday through Friday. 8.2 Training Documentation Training documentation may include hard-copies of the User Guide per site, and one soft-copy will be installed on each workstation. Documentation will be given to the Agency’s designated training coordinator or during class. 8.3 Service Manual Documentation IWS Technical Installation and Maintenance Manuals will be provided with the delivery of the systems. These technical manuals should be kept in the equipment room near the equipment racks for the AT&T technicians to utilize as necessary. 8.c Packet Pg. 46 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 12 Prepared By: Robert Russo 9.0 DOCUMENT ACCEPTANCE San Luis Obispo PD Power 911/VIPER Project I have read the preceding document version 1.0. I understand and approve of the scope of work described therein. In addition, I understand that subsequent modifications to the scope of work will be requested on the attached Change Request Form and approved by both San Luis Obispo PD and AT&T. ________________________________________ ____________________ San Luis Obispo PD Date ________________________________________ ____________________ Application Sales Executive, AT&T California Date 8.c Packet Pg. 47 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 13 Prepared By: Robert Russo Appendix A: Agency Compliance - Site Certification Document San Luis Obispo PD Compliance - Site Certification Document This Section meets the State contract requirement for AT&T to provide a Site Readiness Checklist to the Agency. A site survey has been made and site modifications will be needed to meet the following requirements for equipment installation. The following site modifications must be completed by the Agency prior to AT&T beginning the installation of the new or upgraded system. The completion of all building modifications are the responsibility of the Agency. In the event that AT&T attempts to begin installation and subsequently discovers that these modifications have not been met as specified, AT&T may postpone implementation. A quote will be provided to the Agency for any additional costs incurred by AT&T because of the postponement. Any additional costs that are incurred for site modifications because of the postponement will be the responsibility of the Agency. Work will be rescheduled upon completion of the required modifications. Hazardous Materials Customer will maintain Customer’s location where AT&T is to perform work in a suitable and safe working environment, free of Hazardous Materials. AT&T does not handle, remove or dispose of, nor does AT&T accept any liability for, any Hazardous Materials at Customer’s location. If AT&T encounters any such Hazardous Materials, AT&T may terminate this Statement of Work or suspend performance until Customer removes and cleans up at its expense Hazardous Materials in accordance with this Statement of Work and applicable law. For purposes hereof, “Hazardous Materials” means any substance whose use, transport, storage, handling, disposal, or r elease is regulated to any law related to pollution, protection of air, water, or soil, or health and safety. 1) Provide backroom space for VIPER cabinet 2) Provide two dedicated NEMA 5-20R (20 amp) circuits for VIPER cabinet 3) Provide one dedicated NEMA 5-15/20R (15/20 amp) circuit for each 911 position Authorized Agency Representative understands that the modifications listed above must be complete prior to AT&T commencing installation. ____________________________________________ _______________ Authorized Agency Representative accepts modification list. Date ……………………………………………………………………………………………. __ _____________________________________ _______________ Authorized Agency Representative certifies modifications complete. Date 8.c Packet Pg. 48 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 14 Prepared By: Robert Russo Appendix B: LAN/WAN Policy AT&T LAN/WAN PSAP Security Policy It is AT&T’s policy to install 911 equipment only in a secure PSAP Local Area Network (“LAN”) that is not connected to any other computer network outside of AT&T’s control (with the exception of the national Crime Information Center network or similar network, but only if such connection is expressly approved in writing by AT&T, which approval will be in AT&T’s sole discretion). AT&T will not install or terminate a PSAP LAN to a firewall. AT&T will identify the demarcation point for the PSAP LAN, beyond which AT&T is not responsible. In the event the customer has previously connected or subsequently connects their PSAP LAN to any other computer network or has caused or causes such a connection, contrary to AT&T’s PSAP Network Security Policy (which customer acknowledges it has received and read), and the 911 equipment and/or PSAP LAN is infected or damaged as a result of such connection, then all 911 equipment and/or PSAP LAN warranties, maintenance, and service provisions of this amendment or statement of work will be immediately null and void . Under such circumstances, AT&T will provide repair services for the 911 equipment and/or PSAP LAN at Customer’s request and time and materials charges will apply for all parts and labor required as a result of damage caused by the infection. After all related damage has been repaired, maintenance and service provisions of this agreement will resume. 8.c Packet Pg. 49 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 15 Prepared By: Robert Russo Appendix C: Dispatch and Equipment Floor Plans FOOTPRINT OF DISPATCH 8.c Packet Pg. 50 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 16 Prepared By: Robert Russo FOOTPRINT OF EQUIPMENT ROOM 8.c Packet Pg. 51 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 17 Prepared By: Robert Russo Appendix D: Pricing & Terms Please refer to separate document. 8.c Packet Pg. 52 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 18 Prepared By: Robert Russo Appendix E: Change Order Request Form AT&T Project Office___________________________________________________________________________________________________________ Change Request Form: San Luis Obispo PD Change Orders cannot be billed directly to the State without State approval. The Agency will be billed and must submit a reimbursement request to the State. Originator: Change Request Definition: To be completed by Project Manager Impact to System Schedule: Impact to Overall Project Schedule: Development Price: Change Request #: Date: System Affected: Accepted Rejected: Final AT&T Signoff: Final Agency Signoff: Date: 8.c Packet Pg. 53 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 19 Prepared By: Robert Russo Appendix F: Maintenance Procedures “AT&T” PROVIDING PRODUCT & SERVICE EXCELLENCE TROUBLE REPORTING PROCEDURES The Customer Assistance Bureau (CAB) is the trouble reporting center for our priority Public Safety Agencies. The center is responsible for receiving Agency reports and electronically relaying the reports to the responsible work groups for resolution, 24 hours a day, 365 days a year. The CSB can escalate trouble reports and put you in contact with management personnel responsible for resolving the trouble you have reported. The Priority Repair Service number is: (877) 500-4911 Due to the complexity of the services we provide and your own equipment it is essential that you isolate trouble before reporting to AT&T. A few extra minutes to properly identify, isolate and report a trouble can save hours in resolution time. Reporting the wrong trouble or circuit number may cause extended delays in our ability to deploy the appropriate work crew to repair the problem. When you call in a report, please be ready to provide the following information: 1. Your name and call back telephone number. 2. Address and the location of trouble. 3. Telephone numbers or circuit number in trouble. 4. Nature of the trouble/condition. 5. Application the circuit is used for. 6. Access restrictions we may have to resolve trouble report. 7. Any terminal access problems or arrangements before dispatch. 8. The name of the contact person and their office number is a must! 9. Identification of Major or Minor Failure. (Defined below) 10. For urgent restorations you can ask for an hourly status from the Plant Control Office/PCO. Major Failure - Definition of Major Failure: Any hardware, software or circuitry failure that prevents the 9-1-1 PSAP call taker from making voice or TDD contact or viewing ANI information or ALI information from a person who has dialed 9 -1-1. Upon verbal notification by the Agency, or electronic notification by the 9 -1-1 system itself, of a major failure, AT&T will meet the required response time detailed below: ONSITE RESPONSE: A factory-trained technician will respond on-site with spare parts/software within two (2) hours, or less, to diagnose and commence repair of a major failure. (The initial replacement of some components may not be identical to the defective part (mo nitor, keyboard, mouse, speakers, etc.). This is to provide an expeditious restoration. An identical replacement 8.c Packet Pg. 54 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) San Luis Obispo PD SOW Date: 10SEPT2015 Version 1.0 Page 20 Prepared By: Robert Russo part will be provided within 72 hours.) Within two (2) hours, or less, the responding technician will notify the PSAP of the nature of failure and an estimated time to effect repairs. Minor Failure - Definition of Minor Failure: Any hardware, software or circuitry failure that prevents the normal operation of any feature of the 9 -1-1 system. Upon verbal notification by the Agency, or electronic notification by the 9-1-1 system itself, of a minor failure AT&T will meet the required response time detailed below: ONSITE RESPONSE: During the initial notification by the PSAP Agency of a minor failure, the Contractor will provide to the PSAP Agency an estimated time for on-site diagnostics/repairs to begin. A factory trained technician will respond on -site with spare parts/software within twenty four (24) hours, or less, to diagnose and repair a minor failure. (The initial replacement of some components may not be identical to the defective part (monitor, keyboard, mouse, speakers , etc.). This is to provide an expeditious restoration. An identical replacement part will be provided within 72 hours.) Within twenty four (24) hours, or less, the responding technician will notify the PSAP of the nature of failure and an estimated time to effect repairs. 8.c Packet Pg. 55 At t a c h m e n t : c - A T & T S t a t e m e n t O f W o r k ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) Single Site Summary Options for Genovation Keypads and KVMs (HW) or Multiplicity (SW KVM) Includes 3 Aastra Enhanced SIP Phones w/exp modules separate quote section for 3 CommandPOST laptops for mobility/DR Pricing is valid for 90 days VESTA 911 $241,415.46 Optional CommandPOSTs $74,793.50 Total Solution:$316,208.96 By: _____________________________ Title: ___________________________________ Date: ____________ VESTA Analytics Standard (virtualized MIS app) w/ 6 Agent licenses Proposal For:San Luis Obispo PD, CA Solution Proposed VESTA 9-1-1 Date:July 16, 2015 Design Assumptions- provides new Next Gen VESTA 9-1-1 system w/ following: 2 AudioCodes Mediant 1000B Gateways, w/4 FXS & 3 FXO modules for Trunking Dual Cisco 2960 LAN switches & single Fortinet FG firewall, dedicated network Dual Virtualized Data & Media Servers (DL350) in Customer-provided Rack Provides 6 Positions of VESTA Basic w/ Z230, Monitor, SAM, IRR, CDR Customer is responsible for any electrical service, environmental conditions and cable work needed to support the quoted Products, unless otherwise specified on the Quote. Any changes to the above Products and /or Scope of Work will require the written authorization of both Carousel and the Customer. Pricing does not include taxes and freight charges, and as applicable, these costs will be added to the invoice. All work is done subject to the terms and conditions of Carousel's Master Sales Agreement (available at http://www.carouselindustries.com/services/master-sales-agreements/ ), unless Carousel and the Customer have previously agreed to otherwise in writing. By signing below, Customer makes an offer to purchase the Products and/or Services above from Carousel. Carousel's acceptance of this offer to purchase shall be evidenced by the conversion of the Quote into a Carousel Service Order, and the return of the Service Order number to the Customer. Airbus Software Support for 5 Years, Carousel Onsite Support for 5 Years Airbus Mgd Svcs - Monitoring & Response for 5 Years, HP Ext Warranty for 5 Years Options for New Netclock, Multiplicity, Mgd Svcs - Virus and Patch for 5 Years, All new products are guaranteed to be as specified by the manufacturer's documentation, and are provided with the manufacturer's standard Product warranty. All refurbished components are covered by a Carousel direct warranty. 8.d Packet Pg. 56 At t a c h m e n t : d - C a r o u s e l I n d u s t r i e s Q u o t e ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) Site Name:VESTA 911 Qty.Part No.Description Unit Price U/M Total VESTA® 9-1-1 2 870899-0104R3.1 VESTA 4 R3.1 L/D/M $2,083.33 EA $4,166.67 2 873099-03002 R4 CAD INTF LIC $694.44 EA $1,388.89 1 04000-01584 BLKBX TL158A-R4 DATACAST $538.89 EA $538.89 1 04000-01010 CBL DB25M/DB25M 10FT $11.11 EA $11.11 VM Medium Server Bundle Note: The Medium Server Bundle is for PSAP's up to 40 positions with an annual call volume of 500,000 or less. 1 853031-DLSVRSG-2 V-DL MED SVR BNDL SNGL $34,170.83 EA $34,170.83 2 04000-68009 V-SVR BASIC SPT 5YR $661.11 EA $1,322.22 VESTA® 9-1-1 Basic Operations 6 PS-0SQ-VSML VS BSC MLTP PER SEAT LIC $2,777.78 EA $16,666.67 6 SS-0SQ-VSSL-5Y SPT VS BSC 5YR $5,347.22 EA $32,083.33 VESTA® Workstation Equipment 6 61000-409605SFF WKST HP Z230 SFF $1,706.94 EA $10,241.67 6 65000-47001 TWR STAND SFF Z220/Z230 $58.33 EA $350.00 6 63000-221691 MNTR FP WIDE SCR LCD 22IN $456.94 EA $2,741.67 6 853030-00302 R4 SAM HDWR KIT $2,294.44 EA $13,766.67 6 853004-00401 SAM EXT SPKR KIT $233.33 EA $1,400.00 12 833401-00101G-15 CBL SAM JKBX 15FT $50.00 EA $600.00 6 809800-35109 R4 IWS CFG $277.78 EA $1,666.67 6 809800-35108 R4 IWS STG FEE $416.67 EA $2,500.00 1 870890-07501 CPR/SYSPREP DVD IMAGE $0.00 EA 6 64007-50023 KEYPD 48K 6FT USBCBL CP48 $322.22 EA $1,933.33 VESTA® 9-1-1 Modules VESTA® 9-1-1 IRR Module 6 873099-00502 R4 IRR LIC/DOC/MED $1,381.94 EA $8,291.67 6 809800-35114 R4 IRR SW SPT 5YR $829.17 EA $4,975.00 VESTA® 9-1-1 CDR Module 2 873099-00602U R4 CDR SVR LIC UPGD $0.00 EA 6 873099-01102U R4 CDR PER SEAT LIC UPGD $0.00 EA VESTA® 9-1-1 Admin Printer Customer will provide printer equipment. Network Equipment 2 04000-29636 SWITCH 2960 POE+CBL 24-PO $2,504.17 EA $5,008.33 2 04000-29622 WAR 2960 POE 24P 5YR NBD $1,030.56 EA $2,061.11 Peripherals & Gateways 2 04000-00129 MED 1000B CHASSIS BNDL $2,548.61 EA $5,097.22 2 04000-00190 SW SPT M1000 GATEWAY 5YR $2,083.33 EA $4,166.67 3 04000-00116 MED 1000 FXO-LS BNDL $480.56 EA $1,441.67 4 04000-00119 MED 1000 FXS BNDL $461.11 EA $1,844.44 Cabinet & Peripheral Equipment $2,855.56 EA $2,855.56 Time Synchronization Equipment Incl in Summary $161,290.28 VESTA® 9-1-1 VESTA® 9-1-1 Subtotal Proposal For:San Luis Obispo PD, CA Solution Proposed VESTA 9-1-1 Date:July 16, 2015 8.d Packet Pg. 57 At t a c h m e n t : d - C a r o u s e l I n d u s t r i e s Q u o t e ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) Qty.Part No.Description Unit Price U/M Total VESTA™ Analytics - Standard Multi Product Purchase 1 873399-00102.4 V-ANLYT 2.4 DOC/MED $0.00 EA 1 873391-00501 V-ANLYT STD LIC $2,777.78 EA $2,777.78 1 873391-00301 V-ANLYT USER LIC $1,041.67 EA $1,041.67 1 04000-00339 SQL 2008R2 CAL RUN ENT $244.44 EA $244.44 6 PA-MSG-ASSL V-ANLYT STD PER SEAT LIC $902.78 EA $5,416.67 6 SA-MSG-ALSL-5Y SPT V-ANLYT STD 5YR $631.94 EA $3,791.67 VESTA™ Analytics Standard Server Equipment for Virtualized Server Bundle Note: Additional Hardware to be installed in DDS-B Server. 1 BA-M00-ASA0-2 V-ANLYT STD ADD-ON $5,644.44 EA $5,644.44 $18,916.67 Qty.Part No.Description Unit Price U/M Total Monitoring & Response Activation Fee 1 809800-14150 M&R ACT FEE SMALL SITE $2,361.11 EA $2,361.11 Monitoring & Response License & Support Fees 3 871499-01206 M&R 3.0 LIC SVR $540.28 EA $1,620.83 Note: Includes (2) DDS Servers, (1) VESTA™ Analytics Server. 3 809800-14165 M&R 3.0 SVR SRVC 5YR $7,763.89 EA $23,291.67 7 871499-01211 M&R 3.0 WKST LIC $98.61 EA $690.28 Note: Includes (6) VESTA Workstations, (1) Management Console. 7 809800-16165 M&R 3.0 WKST SRVC 5YR $2,150.00 EA $15,050.00 11 871499-01210 M&R 3.0 IP DEVICES LIC $98.61 EA $1,084.72 Note: Includes (2) MDS Servers, (2) Virtual Machines, (2) Mgmt/Node VMs, (2) Gateways, (1) 2TB NAS Device - VESTA Analytics, (2) Cisco Switches. 11 809800-16170 M&R 3.0 IP DEV SRVC 5YR $2,150.00 EA $23,650.00 Managed Services - Implementation Fee Anti-Virus Solution OPTIONAL Patch Management Solution OPTIONAL Disaster Recovery Solution - Acronis OPTIONAL NMS VM Server Equipment - 40 Nodes or Less Note: NMS Server to Coexist on a dedicated VM on the DDS-A Server. Note: Includes (1) NMS Server. Note: Includes (1) 2TB NAS Device. $67,748.61 VESTA™ Analytics VESTA™ Analytics Subtotal Managed Services Managed Services Subtotal 8.d Packet Pg. 58 At t a c h m e n t : d - C a r o u s e l I n d u s t r i e s Q u o t e ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) Qty.Part No.Description Unit Price U/M Total Server Extended Warranty 2 04000-01530 WARR 24X7 ML350G5/6/P8 5Y $1,863.89 EA $3,727.78 Note: Upgrade & uplift from 3YRs warranty 9x5 NBD to 5YRs, 24x7, 4 hour response time. Workstation Extended Warranty 7 04000-01586 WARR 24X7 Z220/230 5YR $627.78 EA $4,394.44 Note: Warranty upgrade from 3YRs warranty 9x5 NBD to 5YRs 24x7, 4 hour response. $8,122.22 Qty.Part No.Description Unit Price U/M Total Training Note: Training is provided at the customer site using the customer owned equipment. Prices are per student unless otherwise indicated. Minimum number of students is 6 and maximum number of students is 8 per class and 2 students per position. 2 000001-06701 VSENT 4.X AGENT TRNG $1,666.67 EA $3,333.34 Note: VESTA® /Sentinel 4/X Agent bundle includes (1) 1/2 day class of Agent training for up to 8 students. Includes trainer's daily training expenses and travel. VESTA® /Sentinel 4.X Agent training does not include training on the SIP phones. SIP phone training is a separate class and can be quoted upon request. 1 000001-06704 VSENT 4.X ADMIN TRNG $5,555.56 EA $5,555.56 Note: VESTA® /Sentinel 4/X Admin bundle includes (1) 1 1/2 day class of Admin training for up to 8 students. Includes trainer's daily training expenses and travel. 1 000001-06799 VSENT 4.X SIP TRNG $1,666.67 EA $1,666.67 Note: VESTA® 9-1-1 SIP bundle includes (1) class of SIP phone training for up to 8 students. Standard IP Phone training is typically 1 hour in length. Enhanced IP Phone training is typically 2 hours in length. Includes trainer's daily training expenses and travel. 1 000002-24404 V-ANLYT ADMIN TRNG $2,777.78 SU $2,777.78 Note: VESTA™ Analytics Admin bundle includes (1) 1 day class of Admin training for up to 8 students. Includes trainer's daily training expenses and travel. 1 000000-24405 V-ANLYT REMOTE TRNG $1,875.00 EA $1,875.00 Note: VESTA™ Analytics Remote Training uses actual customer data and is conducted post cut (30-45 days after cutover) to enhance the learning experience. This course is highly recommended for new sites and would follow the on-site VESTA™ Analytics Admin course (000000-24404) that is typically delivered before cutover. For upgrade VESTA™ Analytics sites, this course is an option as is the 000000-24404 course. Cutover Coaching 1 000001-08538 CUTOVER COACHING $2,777.78 SU $2,777.78 Note: Cutover Coaching includes (1) 8 hour session within a 24 hour day. Includes trainer's daily training expenses and travel. $17,986.12 Extended Warranties Extended Warranties Subtotal Airbus DS Communications Services Airbus DS Communications Services Subtotal 8.d Packet Pg. 59 At t a c h m e n t : d - C a r o u s e l I n d u s t r i e s Q u o t e ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) Qty.Cass Discount Code Description Unit Price U/M Total State of CA Incentive 1 CNP-INCENTIVE ST OF CA V/SENT INCENTIVE N/A EA $11,567.00 Summary Qty Product Code Product Description Ext. Price 1 VESTA® 9-1-1 w/ 5 Years Software Support $161,290.28 1 New Netclock w/antenna & cables TBD $9,634.72 1 VESTA™ Analytics (MIS) w/ 5 Yrs SS $18,916.67 1 Extended Warranties - 5 Yrs, 24x7, 4 Hr SLA $8,122.22 1 Airbus DS Communications Training $17,986.12 1 Carousel Industries Installation w/Travel $48,160.00 1 Carousel Industries - Project Management w/Travel $16,132.00 1 Carousel 5 Year Onsite Support w/Telco Agency $92,400.00 1 Carousel Security Appliance, Installed $2,897.00 Pricing is valid for 90 days Total Equipment & Services Cost:$375,539.01 Discount:-$145,000.00 CA Tax & Shipping:$10,876.45 Total This Site:$241,415.46 OPTIONS 1 Managed Services - M&R for 5 Years $59,486.59 1 VESTA I&M Factory Training $4,861.11 Airbus DS Communications Discounts/Incentives Subtotal Airbus DS Communications Discounts/Incentives * 8.d Packet Pg. 60 At t a c h m e n t : d - C a r o u s e l I n d u s t r i e s Q u o t e ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) Site Name:Optional CommandPOSTs Qty.Part No.Description Unit Price U/M Total VESTA® 9-1-1 CommandPOST System VESTA® 9-1-1 Basic Operations 3 PS-0SQ-VSML VS BSC MLTP PER SEAT LIC $2,777.78 EA $8,333.33 3 SS-0SQ-VSSL-5Y SPT VS BSC 5YR $5,347.22 EA $16,041.67 CommandPOST Hardware 3 61050-G409602 LAPTOP ZBOOK15 G2 W7 $2,512.50 EA $7,537.50 3 04000-00490 ADV DOCK STATION 230W $558.33 EA $1,675.00 3 64021-10025 KYBD/MOUSE BNDL $61.11 EA $183.33 3 63000-221691 MNTR FP WIDE SCR LCD 22IN $456.94 EA $1,370.83 3 853004-00301 CPOST SAM HDWR KIT $3,169.44 EA $9,508.33 3 853004-00401 SAM EXT SPKR KIT $233.33 EA $700.00 3 02800-20500 HDST 4W MOD BK ELEC MIC $44.44 EA $133.33 3 02800-20700 HDST 4W MOD BK K-STY CARB $34.72 EA $104.17 3 03044-20000 HDST CORD 4W 12FT MOD BK $4.17 EA $12.50 3 809800-35109 R4 IWS CFG $277.78 EA $833.33 3 809800-35108 R4 IWS STG FEE $416.67 EA $1,250.00 VESTA® 9-1-1 IRR Module 3 873099-00502 R4 IRR LIC/DOC/MED $1,381.94 EA $4,145.83 3 809800-35114 R4 IRR SW SPT 5YR $829.17 EA $2,487.50 VESTA® 9-1-1 CDR Module 3 873099-01102 R4 CDR PER SEAT LIC $125.00 EA $375.00 $54,691.67 Qty.Part No.Description Unit Price U/M Total VESTA™ Analytics - Standard Multi Product Purchase 3 PA-MSG-ASSL V-ANLYT STD PER SEAT LIC $902.78 EA $2,708.33 3 SA-MSG-ALSL-5Y SPT V-ANLYT STD 5YR $631.94 EA $1,895.83 $4,604.17 Qty.Part No.Description Unit Price U/M Total N/A Qty.Part No.Description Unit Price U/M Total Workstation Extended Warranty 3 04000-01589 WARR CPOST ZBOOK 5YR NBD $397.22 EA $1,191.67 Note: Warranty upgrade from 3YRs warranty 9x5 NBD to 5YRs 9x5 NBD. $1,191.67 Extended Warranties Extended Warranties Subtotal VESTA® 9-1-1 CommandPOST System VESTA® 9-1-1 CommandPOST System Subtotal VESTA™ Analytics VESTA™ Analytics Subtotal Managed Services Managed Services Subtotal Proposal For:San Luis Obispo PD, CA Solution Proposed VESTA 9-1-1 Date:July 16, 2015 8.d Packet Pg. 61 At t a c h m e n t : d - C a r o u s e l I n d u s t r i e s Q u o t e ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e ) Qty.Part No.Description Unit Price U/M Total Training Note: Training is provided at the customer site using the customer owned equipment. Prices are per student unless otherwise indicated. Minimum number of students is 6 and maximum number of students is 8 per class and 2 students per position. 1 000001-06795 COMMANDPOST TRNG $0.00 EA $0.00 Note: On-site training included as part of the VESTA® 9- 1-1 Admin training using customer equipment. CommandPOST positions must be configured to the network/firewall prior to training. This is a 15 minute demonstration on how to use the CommandPOST position. $0.00 Summary Qty Product Code Product Description Ext. Price 1 VESTA® 9-1-1 CommandPOST w/ 5 Yrs SS $54,691.67 1 VESTA™ Analytics (MIS) w/ 5 Yrs SS $4,604.17 1 Managed Services N/A $0.00 1 Extended Warranties - 5 Yrs, 9x5, NBD $1,191.67 1 Airbus DS Communications Training $0.00 1 Carousel Industries Installation w/Travel Additional $2,280.00 1 Carousel Industries - Project Management w/Travel Additional $684.00 1 Carousel 5 Year Onsite Support w/Telco Agency Additional $46,200.00 Pricing is valid for 90 days Total Equipment & Services Cost:$109,651.51 Discount:-$40,000.00 CA Tax & Shipping:$5,141.99 Total This Site:$74,793.50 Airbus DS Communications Services Airbus DS Communications Services Subtotal 8.d Packet Pg. 62 At t a c h m e n t : d - C a r o u s e l I n d u s t r i e s Q u o t e ( 1 1 3 3 : 9 - 1 - 1 S y s t e m U p g r a d e )