Loading...
HomeMy WebLinkAbout10-06-2015 Item 13 - Public Safety Audio Recording System Replacement Meeting Date: 10/6/2015 FROM: Derek Johnson, Interim Finance & Information Technology Director Prepared By: Steve Schmidt, Information Technology Manager SUBJECT: PUBLIC SAFETY AUDIO RECORDING SYSTEM REPLACEMENT RECOMMENDATION 1. Authorize the City Manager to award a contract and accept State funding to purchase a new City Public Safety Audio Recording System Replacement (Specification No. 91325), to Voice Print International (VPI) in the amount of $51,970, and 2. Authorize the Finance Director to execute a purchase order for needed server hardware for the Audio Recording System Replacement (Spec No 91325) to Dell Computers in the amount of $19,847. DISCUSSION Background As part of the City’s 2013-2015 Financial Plan, Information Technology submitted a CIP request to upgrade the City’s Public Safety Audio Recording System. This project was approved by the City Council and funded in 2014-15 as part of the 2013-15 Financial Plan. On March 31, 2015, the Finance and Information Technology Department presented a Council Agenda Report for approval to release a request for proposals (RFP) for the purchase of a new Public Safety Audio Recording System Replacement Specification No. 91325. The project consists of a combination of software, server audio recording hardware and maintenance and support. Council unanimously approved the request and authorized the City Manager to award the contract if within the approved budget of $40,700. On April 1, 2015, the City issued a request for proposals under Specification No. 91325. The request was sent out to the potential bidders list and advertised in the local paper and City Website. Consultant Selection Process On April 15, 2015, the project team held a pre-proposal conference and allowed all interested parties to discuss and ask questions about the project. Several vendors participated in the non- mandatory conference. This pre-proposal conference resulted in specification addendums to clarify the City’s needs. 13 Packet Pg. 183 Staff received proposals from seven qualified vendors. The project team reviewed all proposals and invited two vendors for final interviews. Those companies were: Revcord and VPI. After completing the finalist interviews, it was very evident that VPI’s audio recording system was the best solution for the City. The most significant difference is that VPI is the City’s current audio recording vendor and could guarantee the migration and integration of current and archived recordings into the new system. Staff will not be required to maintain two recording systems in order to preserve recordings based on the City Records Retention Policy. Current policy is two year retention of all audio recordings. Negotiations with VPI included several changes including an additional four years of maintenance and support for a total of five years and a final cost of $51,970. In 2013-14 when the project cost was estimated, IT only included the first year of maintenance which meant that maintenance contracts for the following years would require either a City Manager or Council Agenda Report for approval. Under new policy IT is now required to include five years of maintenance and support in the CIP cost estimate which is the total life expectancy of most technology equipment. CONCURRENCES The Police Department was involved in the consultant selection process and concurs with this award recommendation. FISCAL IMPACT Staff requested that VPI propose a complete solution that included the server hardware. During negotiations staff determined that it was in the best interest of the City to purchase the hardware directly from Dell at a cost of $19,847, which meets the City’s specifications for least cost. The Dell equipment has more capacity and redundancy than the server equipment proposed by VPI. The City has been a Dell Premier customer for over 15 years which enabled the City to get a better price for both the server hardware, and the associated five year 24x7 equipment maintenance and support. This project will be completely funded by the State of California. The purchase of voice recording equipment is allowable under the State’s residual funds guidelines and will be funded using residual 9-1-1 project funds. As mentioned above, this project has a CIP budget of $40,700. The Total purchase price for the audio recording project (VPI contract and related hardware) is $71,817. The acceptance of State funding will mean that the CIP funding for this project can be reallocated to other future IT projects. ALTERNATIVE Do not authorize the contract with VPI. This is not recommended since the proposal includes an additional four years of maintenance and support at a good price point. Furthermore, the Audio Recording System is failing and needs to be replaced soon. 13 Packet Pg. 184 Attachments: a - CAR_Public Safety Audio Recording System RFP b - Contract Agreement Public Safety Audio Recording System Replacement Specification No. 91325 13 Packet Pg. 185 City of San Luis Obispo, Council Agenda Report, Meeting Date, Item Number FROM: Steve Gesell, Police Chief Prepared By: Kerri Rosenblum, Records & Communications Manager SUBJECT: REQUEST FOR PROPOSALS FOR CITY PUBLIC SAFETY AUDIO RECORDING SYSTEM RECOMMENDATION 1. Authorize staff to advertise a request for proposal (RFP) to replace the City’s Audio Recording Equipment – Specification No. 91325 2. Authorize the City Manager to award the contract if the selected proposal is within the approved budget of $40,700. DISCUSSION An audio recording system records and retains mission critical phone and radio traffic used in the course of business. The City of San Luis Obispo records radio channel traffic for the police and fire departments, phone calls at the six main 9-1-1 consoles located at the Emergency Communications Center, and over twenty phone lines located at the police department. These recordings are used in a variety of ways such as for evidence in criminal cases, training, investigations, and review for quality assurance. The recordings are kept for two years according to the City’s Records Retention Policy unless retained as evidence or for training purposes. There are a total of three servers serving this system; two were installed in 2008. An additional server was installed in 2010 as part of a radio system upgrade. Replacing all servers with a single combined system will make it easier and more efficient to pull together an entire incident for the courts. Currently calls have to be pulled from the 9-1-1 recording server and then manually matched up with calls from the radio recording server. This makes it difficult to match times up exactly as the two different recording servers can at times be a couple seconds off of each other. Due to the age of the system, the equipment is experiencing failures on a consistent basis. When one of the servers fails or the system becomes non-functional, the system does not record audio from phone or radio transmissions and staff is unable to retrieve this information. As a result, this equipment needs to be replaced as soon as possible. CONCURRENCES The Information Technology team is taking the lead on this project for infrastructure, hardware requirements, and storage needs. This is a team project involving Police and IT. 3-31-15 C6 13.a Packet Pg. 186 At t a c h m e n t : a - C A R _ P u b l i c S a f e t y A u d i o R e c o r d i n g S y s t e m R F P ( 1 1 4 6 : P o l i c e A u d i o R e c o r d i n g S y s t e m ) Audio Recording Equipment Replacement - RFP Page 2 FISCAL IMPACT This project was approved as part of the FY 2013-15 Financial Plan, pages 3-8 through 3-11. Total budget allocated to the replacement of this equipment is $40,700. ALTERNATIVES Deny or Defer Request for Proposals – Staff does not recommend this alternative due to the age of the equipment. The audio recording system’s performance and dependability has increasingly diminished. The Police department will continue to lose audio recordings with continual system failures. ATTACHMENTS 1. RFP – Audio Recording System Replacement 2. Bidders List T:\Council Agenda Reports\2015\2015-03-31\Public Safety Voice Recording System\CAR_Police Voice Recording RFP.docx 13.a Packet Pg. 187 At t a c h m e n t : a - C A R _ P u b l i c S a f e t y A u d i o R e c o r d i n g S y s t e m R F P ( 1 1 4 6 : P o l i c e A u d i o R e c o r d i n g S y s t e m ) AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on October 6, 2015 by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and Voice Print International, LTD., hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on DATE City requested proposals for Public Safety Audio Recording System Replacement per Specification No 91325. WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said services. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until acceptance or completion of services. 2. INCORPORATION BY REFERENCE. City Specification No. 91325 and Contractor's proposal dated 12/12/2014 are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing Public Safety Audio Recording Replacement Systems as specified in this Agreement, City will pay and Contractor shall receive therefore compensation in a total sum not to exceed $51,970.00. Payment schedule will be as follows. 50% plus tax on delivery, then 25% on installation and migration of legacy recordings and 25% on a successful testing period of 30 days. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said specification. 5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Council of the City. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, 13.b Packet Pg. 188 At t a c h m e n t : b - C o n t r a c t A g r e e m e n t P u b l i c S a f e t y A u d i o R e c o r d i n g S y s t e m R e p l a c e m e n t S p e c i f i c a t i o n N o . 9 1 3 2 5 ( 1 1 4 6 : P o l i c e A u d i o understanding or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City City Clerk City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Contractor Voice Print International, LTD. 160 Camino Ruiz Camarillo, CA 93012 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO ________________________________ By:_____________________________________ City Clerk City Manager, Katie Lichtig APPROVED AS TO FORM: CONTRACTOR ________________________________ By: _____________________________________ City Attorney, Christine Dietrick 13.b Packet Pg. 189 At t a c h m e n t : b - C o n t r a c t A g r e e m e n t P u b l i c S a f e t y A u d i o R e c o r d i n g S y s t e m R e p l a c e m e n t S p e c i f i c a t i o n N o . 9 1 3 2 5 ( 1 1 4 6 : P o l i c e A u d i o