Loading...
Request for Proposal_Public Safety SoftwareMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Public Safety Software RFP DATE: July 22, 2011 Dubuque All- AinericaCity 111' 2007 Since 2001 the Dubuque County Sheriff's Office, Dubuque Police Department and 911 Emergency Communications Center have utilized Emergitech public safety software. This software is used in Computer Aided Dispatch (CAD) and other dispatch needs, joint City /County central records, and a variety of related components within emergency services. Over the years it has been determined that the software has proven inadequate and there has not been growth and expansion in the software to meet our ever growing needs. Based on the experience with Emergitech, it was determined that a new software provider be explored. Chief of Police Mark Dalsing recommends City Council approval of the release of a Request for Proposal for public safety software for Dubuque County and City of Dubuque emergency operations. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Mark M. Dalsing, Chief of Police THE CITY OF DUB E MEMORANDUM Masterpiece on the Mississippi July 22, 2011 TO: Michael C. Van Milligen City Manager FR: Mark M. Dalsin ,) Chief of Police // RE: Public Safety Software RFP INTRODUCTION This memorandum will detail a proposed timeline for the release of a Request for Proposal (RFP) for public safety software for Dubuque County and City of Dubuque emergency operations. BACKGROUND Since 2001 the Dubuque County Sheriffs Office, Dubuque Police Department and 911 Emergency Communications Center have utilized Emergitech public safety software. This software is used in Computer Aided Dispatch (CAD) and other dispatch needs, joint City /County central records, and a variety of related components within emergency services. Over the years it has been determined that the software has proven inadequate and there has not been growth and expansion in the software to meet our ever growing needs. Based on the experience with Emergitech, it was determined that a new software provider be explored. Dubuque County and the City of Dubuque agreed to partner on a replacement for Emergitech. After reviewing vendor responses to a Request for Information in 2009, it was estimated that this project would cost approximately $ 1,309,714. It was decided the Dubuque County share would be $500,000 and the City of Dubuque would provide the remaining $809,714 in shared expenses between the Dubuque Police Department, Dubuque Fire Department and 911 Emergency Communications Center, with the Dubuque Police Department being the fiscal agent. The City's share of the funding was to be spread out over three fiscal years as follows: FY2012- $100,000, FY2013- $454,857, and FY2014 254,857. All of the affected agencies have worked with Information Services to prepare a Request for Proposal (RFP) for the project. The RFP has been completed and is provided in digital form with this memo. Based on internal conversations the following timeline has been developed for release of the RFP and the awarding of the contract. 1 Event Release RFP Date Aug 16, 2011 Pre- Proposal Conference Questions Due Aug 22, 2011 Pre - Proposal Conference Aug 25, 2011 Deadline for Questions or Requests for Clarifications Sept 1, 2011 Last Date for Addendums to be Issued Sept 8, 2011 Proposal Responses Due Sept 22, 2011 Software Demos Oct 11 -13, 2011 Vendor Selected Date Nov 30, 2011 Contract Award Date Dec 31, 2011 The Proposal Review Committee will evaluate the received proposals. By Administrative Policy, I am a member of the committee and the chairperson. Other members of the Proposal Review Committee include the following: • Finance — Ken Tekippe (or designee) • Information Services — Chris Kohlman, Stacey Moore • Dubuque Fire Department — Dan Brown • 911 Communications — Mark Murphy • Dubuque Police Department — Terry Tobin, Scott Crabill • Dubuque County Sheriffs Office — Don Vrotsos, Greg Egan, Steve Hahlen CONCLUSION & RECOMMENDATION Based on the ongoing review and scope of the project, I am recommending that the proposed schedule be approved and the City begin the Request for Proposal process for identification of prospective software. Vendor selection and contract award will be addressed in future memorandums. ACTION REQUESTED City Manager review and approval 2 THE CITY OF Masterpiece an the Mississippi hu DUBUQUE comartcAIMIS Dubuque Law Enforcement Center 770 Iowa Street Dubuque, Iowa 52001 REQUEST FOR PROPOSAL Public Safety Communications Systems, Law Enforcement and Fire Records Management, Mobile and Field Reporting, and Jail Management Systems Aug 16, 2011 The purpose this document is to set scope, requirements and expectations of potential system providers and to outline key evaluation criteria. This is a formal requirements document for public issue and vendor response to aid the evaluation team in identifying vendors that the team will request to move forward to the vendor on -site demonstration. ltet.lt est fr:tu' II ut;ulrry.y ill Alt II: II roltlitt 20'il 'il TABLE OF CONTENTS SECTION 1 EXECUTIVE SUMMARY 5 1.1 Overview 5 1.2 Key Definitions 5 1.3 RFP Coordinator /Communications /Inquiries 7 SECTION 2 PROPOSAL SUBMISSION INSTRUCTIONS 8 2.1 Proposal Response Format 8 2.2 Preliminary Schedule 8 2.3 Proposal Due -Date and Location 8 2.4 Required Number of Proposals 9 2.5 Project Website 9 2.6 Pre - Proposal Conference 9 2.7 Questions and Clarifications Regarding the RFP 10 2.8 Proposal Submission 11 SECTION 3 TERMS AND CONDITIONS 13 3.1 No Obligation to Proceed 13 3.2 Withdrawal or Modification of Proposal 13 3.3 Proposal Validity Period 13 3.4 Proposal Verification 13 3.5 Rejection and Waiver 13 3.6 Proposal Costs 13 3.7 Purchase Orders 14 3.8 Taxes 14 3.9 Subcontractors 14 3.10 Use of Name 14 3.11 Requirement to Meet All Proposal Provisions 14 3.12 Proposal to Become Part of Contract 14 3.13 RFP Not Contractual 15 3.14 Contract Negotiation 15 3.15 Modifications to Scope of Work 15 3.16 Evaluation of Offers 15 3.17 Award of Contract 15 3.18 Public Records 16 3.19 Non - Collusion Affidavit 16 3.20 Insurance Requirements 17 3.21 Compliance with Laws and Regulations 17 3.22 Ownership of Documents 17 3.23 Indemnification 17 3.24 Current Manufacture 17 3.25 Purchase Alternatives 17 3.26 Site License Option 18 tittedblle cud' "Y::tn.tre t:^ ltet.lt est fr:tu' II ut;ulrry.y ill Alt II: II roltlitt 20'il 'il 3.27 Current Version 18 3.28 Prior Use 18 SECTION 4 BACKGROUND INFORMATION 19 4.1 Agency Sizes 19 4.2 Current Environment Overview 19 4.3 DLEC 20 4.4 Dubuque County 20 4.5 Dubuque 21 4.6 GIS 22 SECTION 5 SCOPE OF SERVICES 23 5.1 Project Overview 23 5.2 Software Systems 23 5.3 Interfaces 24 5.4 Hardware and System Software 26 5.5 Implementation and Support 28 5.6 Site Preparation 28 5.7 Project Management 28 5.8 Documentation 29 5.9 Testing 29 5.10 Warranty 30 5.11 Support and Maintenance 30 5.12 Post - Implementation Support 30 5.13 Account Manager 30 5.14 Training 31 SECTION 6 PROPOSAL EVALUATION 32 6.1 Evaluation Procedures 32 6.2 Scoring and Evaluation Factors 32 6.3 Presentations, Committee Interviews and /or Additional Information Reviews 32 6.4 Final Selection 33 6.5 Contract Award and Execution 33 SECTION 7 PROPOSAL RESPONSE FORMAT 34 7.1 Proposal Format 34 7.2 Proposal Section 2: Proposer General Information 35 7.3 Proposal Section 4: Proposer References 36 7.4 Proposal Section 5: Hardware 36 7.5 Proposal Section 6: System Software 39 7.6 Proposal Section 7: Application Software 40 7.7 Proposal Section 8: System Testing and Acceptance 46 7.8 Proposal Section 9: Implementation and Project Management 47 7.9 Proposal Section 10: Documentation 49 7.10 Proposal Section 11: Training 49 tittedblle cud' "Y::tn.tre t:^ e u;:i t es t II a t,u ll'ru :e i 11 � ���'y II: II ro Itlit 2 0'� A il..t it a 11""Ibtriae t11,, tit SII3 7.11 Proposal Section 12: Warranty and Maintenance 50 7.12 Cost Proposal 52 APPENDICES APPENDIX A: APPENDIX B: APPENDIX C: APPENDIX D: APPENDIX E: APPENDIX F: APPENDIX G: tIltedblle auk' tIllItt,tntrentts Contract Non - Collusion Affidavit Insurance Requirements Functional Requirements Acceptance Test Requirements System Performance Requirements Proposal Response Forms I eg gest for 11"proptnnalls 11511„„„„Eglll11172 011 Section 1 Executive Summary 1.1 Overview Alitirj 6, (1'11 jai r rif5:8 Dubuque Law Enforcement Center (DLEC) is soliciting proposals for the design, implementation, and support of a Public Safety Computer Aided Dispatch (CAD) System for Law, Fire and EMS as well as a Law Enforcement and Fire Records Management (RMS), Jail Management (JMS) and Automated Field Reporting (AFR) System. DLEC's vision for the CAD, RMS, JMS and AFR is a fully integrated system from a single vendor that includes specified interfaces and meets DLEC's functionality requirements. Throughout this document, the term "System" refers to the totality of components, both hardware and software, required for CAD, Mobile, Law and Fire RMS, JMS, AFR and interface applications that function to the performance levels indicated in this RFP. The RFP is divided into multiple sections as follows: Section 1: Executive Summary Section 2: Proposal Submission Instructions Section 3: RFP Terms and Conditions Section 4: Background Information Section 5: Scope of Services Section 6: Proposal Evaluation Criteria Section 7: Proposal Response Format Instructions Appendices are in separate files located in this RFP folder. 1.2 Key Definitions Throughout this document, capitalized terms are defined as follows: CONTRACT The agreement to be entered into for services between DLEC and the successful party that submits the proposal accepted by DLEC. FINAL SYSTEM That date on which all of the following have taken ACCEPTANCE place: ♦ All hardware, software and system components purchased and /or licensed to DLEC under the terms of this Contract have been successfully installed, tested and accepted by DLEC; ♦ All software modifications have been successfully completed, tested, and er.rtll ,,"n rill r CONTRACTOR / VENDOR PROJECT WEBSITE PROPOSAL PROPOSER/ PROPOSING PARTY REQUEST FOR PROPOSALS DLEC SUBCONTRACTOR „emir] 6, tlttltltt Ittnege 6 (xi' 5:113 accepted by DLEC; ♦ All user documentation provided to DLEC is verified to be complete and current with the Systems installed; ♦ All user and Systems management training has been completed; ♦ All tasks, subtasks, or components thereof that relate either directly or indirectly to this Contract have been completed by the CONTRACTOR and DLEC executes a FINAL ACCEPTANCE document stating that all terms and conditions of this Contract have been successfully completed by the CONTRACTOR. Any individual, partnership, corporation or joint venture potentially used by DLEC to perform the services described in this RFP. Location for all official notifications related to this RFP. All material posted is considered to be part of this RFP and will become part of the final Contract. The document submitted by Proposers in response to this RFP. The firm or individual submitting the Proposal. This Request for Proposals, including any amendments or other addenda hereto. Dubuque Law Enforcement Center — a joint city and county law enforcement agency formed through an agreement between Dubuque County Sheriff's Office, the City of Dubuque Police Department, and the Dubuque 911 Communications Center Any individual, partnership, corporation or joint venture engaged by the CONTRACTOR to perform services or provide products. All assigned contract services for this project will be governed by the same rules and regulations t ut...1 LI est fr6 IItttrt llpn.t b Its tilt 11:611„„„„E ro lli 2 0 'il 'il SYSTEM SYSTEM APPLICATION COMPONENT OR SYSTEM COMPONENT TESTED AND ACCEPTED Ittnettte lltt tit' 68 outlined in this RFP, be based on approval of DLEC and be the sole responsibility of the CONTRACTOR. The totality of the prescribed hardware configuration and software elements, including subsystems, interfaces, servers, workstations, applications and operating software, and any other element defined and acquired through this RFP, except services. Single software element, including application, application module or interface. Tested and accepted in accordance with the testing and acceptance criteria as described in this RFP and the Contract. 1.3 RFP Coordinator /Communications /Inquiries Upon release of this RFP, all communications should be directed in writing via email to the RFP Coordinator listed below. Unless authorized by the RFP Coordinator, no other agency official or employee is empowered to speak for DLEC with respect to this procurement. Unauthorized contact with any employee of any agency or department that is a part of DLEC will result in disqualification from the RFP process. Any oral communication will be considered unofficial and non - binding on DLEC. Following the Proposal submittal deadline, Proposers shall not contact the RFP Coordinator or any other agency official or employee, except to respond to a request by the RFP Coordinator. The RFP Coordinator for this RFP will be: Stacey Moore Information Services 1300 Main Street Dubuque, Iowa 52001 Phone: (563) 589 -4283 Email: smoore @cityofdubuque.org I et:yi es ft :s II ut;ull'ute all, 'y II': II rod:' 0'11 Section 2 Proposal Submission Instructions 2.1 Proposal Response Format Proposals must be submitted in the format described in Section 7 of this RFP, using supplied forms where indicated. Failure to follow the format requested, or the failure to use the provided forms where indicated, could result in the rejection of a proposal. 2.2 Preliminary Schedule Event Release RFP Date Aug 16, 2011 Pre - Proposal Conference Questions Due Aug 22, 2011 Pre - Proposal Conference Aug 25, 2011 Deadline for Questions or Requests for Clarifications Sept 1, 2011 Last Date for Addendums to be Issued Sept 8, 2011 Proposal Responses Due Sept 22, 2011 Software Demos Oct 11 -13, 2011 Vendor Selected Date Nov 30, 2011 Contract Award Date Dec 31, 2011 2.3 Proposal Due -Date and Location Proposals must be submitted no later than Sept 22, 2011 at 4:00 P.M. Central Standard Time to: Kevin Firnstahl Acting City Clerk City Clerk's Office City Hall 50 West 13th Street Dubuque, Iowa 52001 As an alternative, vendors are invited to submit their proposals electronically via the City's ftp site. If your organization would be interested in doing such, please contact IS manager Chris Kohlmann via email at ckohlman __cityofdubuque.orq no later than Sept II a ullut est.n II "E "ntllIbruuu SS n r'n.I� City of Dubuque Insurance Requirements for Professional Services Insurance Schedule C 1. shall furnish a signed Certificate of Insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I prior to commencing work and at the end of the project if the term of work is longer than 60 days. Providers presenting annual certificates shall present a Certificate at the end of each project with the final billing. Each Certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent. 2. All policies of insurance required hereunder shall be with a carrier authorized to do business in Iowa and all carriers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each Certificate shall be furnished to the contracting department of the City of Dubuque. 4. Failure to provide minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 5. Subcontractors and sub subcontractor performing work or service shall provide a Certificate of Insurance in accord with Exhibit I. 6. All required endorsements to various policies shall be attached to Certificate of insurance. 7. Whenever a specific ISO form is listed, an equivalent form may be substituted subject to the provider identifying and listing in writing all deviations and exclusions that differ from the ISO form. 8. Provider shall be required to carry the minimum coverage /limits, or greater if required by law or other legal agreement, in Exhibit I. Page 1 of 3 Appendix C Insurance Requirements.Doc City of Dubuque Insurance Requirements for Professional Services Insurance Schedule C (continued) Exhibit I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products - Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $ 50,000 Medical Payments $ 5,000 a) Coverage shall be written on an occurrence, not claims made, form. All deviations from the standard ISO commercial general liability form CG 0001, or Business owners form BP 0002, shall be clearly identified. b) Include ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit" or CG 25 03 "Designated Construction Project (s) General Aggregate Limit" as appropriate. c) Include endorsement indicating that coverage is primary and non - contributory. d) Include endorsement to preserve Governmental Immunity. (Sample attached). e) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and /or authorities and their board members, employees and volunteers. using ISO form CG 20 10. Ongoing operations. B) AUTOMOBILE LIABILITY $1,000,000 (Combined Single Limit) C) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Coverage A Coverage B Statutory —State of Iowa Employers Liability Each Accident $100,000 Each Employee- Disease $100,000 Policy Limit - Disease $500,000 a) Policy shall include an endorsement providing a waiver of subrogation to the City of Dubuque. b) Coverage B limits shall be greater if required by Umbrella Carrier. D) UMBRELLA LIABILITY E) PROFESSIONAL LIABILITY $1,000,000 $1,000,000 Page 2 of 3 Appendix C Insurance Requirements.Doc City of Dubuque Insurance Requirements for Professional Services Preservation of Governmental Immunities Endorsement 1. Nonwaiver of Governmental Immunity. The insurance carrier expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coverage. The insurance carrier further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. 4. Non - Denial of Coverage. The insurance carrier shall not deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN Page 3 of 3 Appendix C Insurance Requirements.Doc