Loading...
95-1073(�� . e^°. ' 1.1E�il:.�i!'��� CITY Presented By: Referred To: WHEREAS, the Saint Pau1 Police Department desires to purchase and install a new Digital Communication Logging Recorder system in the amount of $80,000, and WHEREAS, the Emergency Communications Center is currently using analog logging recorder equipment to record telephone and radio caHs which is no longer reiiable, and WHEARAS, a digital logging recorder would improve reliability and offer additional operating features. The purchase of this equipment qualifies as a purchase out of the E911 distribution received from the State, and WHEREAS, The Mayor pursuant to Section 10.07.1 of the Charter of the City of Saint Paul, does certify that there are available for appropriation funds in excess of those estimated in the 1995 budget; and WHEREAS, The Mayor recommends that the following addition be made to the 1995 budget: FINANCING PLAN CURRENT BUDGET CHANGES AMENDED BUDGET 1 2 3 4 5 6 7 8 9 10 11 72 13 74 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 436 - Police Speciai Projects 34911 - Enhanced 911 System 4099 - Fees - N.O. C. All Other Fund Financing SPENDING PLAN Committee: Date 0 1,281,388 1,281,388 :i ��� � .� ��� 80,000 1,281,388 1,361,388 436 - Police Special Projects 349� 1- Enhanced 911 System 0848 - Other - Specialized Equipment 0 50,000 80,000 AIIOtherFundSpending 1,281,388 0 1,281,388 1,281,388 80,000 1,361,388 THEREFpRE BE IT RESOLVED, That the City Council approves these changes to the 1995 budget. Requested by De�aa[rt�nt of: � Adopted by Councii: Date }y,„ �`� lqqs Adoption Certified by Counal Secretary Approved by By: Date RESOLUTtON SAINT PAUL, �11� Council Rfe # Green Sheet # `[S -10�3 �l 15 � Recommended � � for Director: C087095A , . T _ - , � '� `t5 -10�3 OEPARTMEPNiiCFJCpUNCIL °"$ �3R�95 GREEN SHEE �° 31479 GONTACT PERSON & AHONE INITIAVDATE INITIAUDATE DEPARTMENT DIflECTOR CY1Y COUNCIL Ghief r'1RS1Ey ASSIGN pTTORNEY CITYCLERK NUYBERFOR MUST BE ON CqUNd� ACaENDA BY (DATE) pOVfING BUDGET DIRECTOR FlN. & MGT. SERVICES DIR. ORDER MAYOR(ORASSISTAPfT) TOTAL # QF StGNATURE PAGES (CUP ALI. IOCATIONS FOR SIGNATURE) ACTION REQUESTED: Budget authority to purchase and install a new Digital Comnunication Logging Recorder system. RECOMMENDATIONS: Approve (A) or Reiact (R) pERSONAL SERVICE CONTRACTS MUST ANSWER THE FOLLOWING QUESTIONS: _ PLANNWG CAMMISS�ON _ GVIL SEAVICE COMMISSION �� Has this personRirm ever worketl under a contract for Mis tlepartment? - _ CIB COMMIITEE YES NO _ STAFF 2. Has this person/Iirm ever been a city employee? — YES NO _ oiSiAiCi COUeT _ 3. Does this personHirm possess a skill not normall � y possessed hy any curcent city employce. SUPPORTSWNICHCOUNCIlO&IECTIVE? YES NO Expla{n af1 yes answers on seperate sheet and attacfi to green sheet INITIATMIG GROBLEM,ISSUE, OPPORTUWTY (W1w, Whet. Wfien, Where. Why)' The analog logging recorder equipment currently used in the Energency Communications Center to record telephone and radio calls is no longer reliable an - �� o be replaced. :AUG 3Q 199� ;.; `�,�; �e ,? y� ADVANTAGES IF APPROVED: A digital Logging recorder would inprove reliability and offer additional operating features. The purchase of this equipment qualifies for payment out of the E911 maintenance funds that are received from the State. DISADVANTAGES IF APPROVED� s `x. �e+}' • None , �av�<:,�� , . ��J� � � 1�95 DISADVANTACaES IF NOTAPPROVED: Continued reliance on the existing equipment will lead to an increase in maintenance costs and nay lead to the loss of critical ca11 inforr.iation. TO7AL AMOUNT OFTpANSACTION $ 80�000 COST/REVENUE BUDGETED(CIRCLE ONE) YES NO FUNDINaSOURCE E911 maint2nanCe funds pCTIVI7YNUMBEH � 1 l�� FINe1NC1ALINFORMATI�N:(E%PWN) received from the State ,i .� 95 REQUEST FOR PROPOSAL DIGITAL CONII�!(JNICATION LOGGING RECORDER AND ARCAIVING SYSTEM , ., 95 REQUEST FOR PROPOSALS This invitation is issued for the purpose of establishing a contract to supply the 5aint Paul Police Department with the commodity or service stated herein. Project: Procurement of a digital communication logging recorder and archiving system to include installation, training and maintenance. Proposals Due: Contract Period: Project Procurement Agency: Froject P,dministrator and Coordinator: August 31, 1995 For 90 days from date of award St. Paul-Ramsey County Joint Purchasing Office Richard Dugan Lt. Commander Direct RFP Questions Howard Horrmann to: Acting Supt., CSM LSnit St. Paul Police Department 100 East 11th Street St. Paul, MN 55101 Direct Proaedural Lee Athmann Questions: Buyer St. Paul-Ramsey County Joint Purchasing Office Room 280 City Hall, Court House 15 West Kellogg Boulevard St. Paul, MN 55102-1674 , . „ TABLE OF CONTENTS Introduction . . . . . . . General Conditions . . . . Detail Specifications. . . Itemized Proposal. . . . . . Paae 1 . Page 2 . Page 14 . Page 19 .� .. Introduction 9 5 ' � � � � The St. Paul Police Department (City) wishes to replace its present 24 hour reel to reel recorder logging system. This system is used to record all emergency telephone and radio communications in the Emergency Communications Center. This request for proposal is being offered jointly with one from the Ramsey County Sheriff's office. It is the intent of both proposals that the two systems would be capable of operating as single combined system if desired by the City and County. It is the desire of both agencies that the new replacement systems maximize use of current technology to provide efficient, reliable, flexible and cost effective systems. Award or Rejection of Proposal The contract will be awarded to the proposer who best satisfies the requirements listed herein, provided that the proposal is in the best interest of the City. An evaluation committee, chosen by the City, shall be the sole judge of the proposer's qualifications and whether the proposal is in the City's best interest. The City reserves the right to accept or reject any or all proposals or parts of proposals and to waive any defects or informalities or to advertise tor new bids where the acceptance, rejection, waiving or advertising of such would, in the sole judgement of the City appear to be in the best interest of the City. Evaluation Criteria After a preliminary evaluation of all proposals has been completed, the evaluation committee may require proposers to appear before the committee, for the purpose of obtaining explanation for any points not clearly understood. Upon completion of this process, a formal evaluation o£ the proposals will be performed by the committee. The six areas of evaluation are: , � a. Contractor Qualifications b. System Design, Features and Benefits c. System Reliability d. Equipment Cost e. Maintenance Ca�t f. Completeness and Clarity of Proposal Page 1 ., 95-1073 PROPOSAL SPECIFICATIONS GENERAL CONDITIONS EXCEPTIONS Any exceptions taken to the requirements or specifications shall be so noted, with an explanation, in writing. 1 n h C�i y understands the propo5als as submitted to be fu11Y compliant in all areas and wi11 ex�ect same upon award of contract. Exception shall be identified by page and paragraph or item ntuaber. PROJECT KNOWLEDGE a. Site Examination The bidder shall visit the premises, carefully examine same to become familiar with existing conditions at the time of submitting the proposal, as no claim for extras will be allowed for any work which could have been foreseen by the bidder and included in the proposal at the time of submitting same. b. Comnlementar� Documents All submitted contract documents are complementary and what is called for by one shall be as binding as if called for by all. The intent of the contract documents is to include in the contract prices the cost of all labor, material, tools, plant, equipment, transportation, and all other expenses as may be necessary for the proper execution and completion of the work. c. O ion Any person who plans to bid on the project may submit to the City a written request for interpretation of any part of the specifications or contract documents. Requests for interpretation shall be made not less than ten days prior to the opening of bids. Arry in�terpretation will be in writing and furnished to each person of record receiving specifications for bidding. The City will not be responsible for any other explanation or interpretation. Page 2 ,. . , BID ACCEPTANCE a. TimP � c � e. f 95-�.Q73 All bids must be in the hands of the City or it's representatives on or before the time set for receiving bids. ��.-.._ A11 bids sha11 include any addenda issued during the time of advertising for bids, the same as though it had been included in the original specifications. � Partial bids will not be considered. Copies Required Four (9) copies of every proposal, exhibit and attachment shall be furnished, except the Bid Security. Only the Bid Security shall be furnished in original copy. Errors The bid shall be written in ink or typed. An error may be crossed out or struck aver and the correct legend entered, provided the correction is ini.tialed by the person(s) signing the bid. In case of difference between written words and figures on the proposal, the written word shall govern. In case of discrepancy, between unit and extended price, the unit price sha11 govern. Proposal Forms All bids shall be on proposal forms provided or photo copies thereof. COM[�NCEMENT OF WORK a. tice The Contractor shall commence work upon receipt of mailed Purchase Order Contract. The mailing date shall be the project start date. . .� . �. . Before ordering any material or doing any work, the Contractor shall verify all information and measurements at the site and Page 3 , ., c shall be responsible which may be found, consideration before Time for Com�l � o 95-�,073 for correctness of same. Any differences sha11 be submitted to the City for proceeding with the work. All work including test of the finished project, shall be complete within the consecutive number of calendar days specified. CONTRACTOR S,UALIFICATIOATS Each respondent of this request for proposals shall furnish evidence satisfactory to the City that the bidder has the necessary facilities, ability, experience and financial resources to perform the contract. Also, a list of at least three users of equipment similar to that proposed here where the bidder has both furnished and installed the apparatus. Included with the list, shall be the name, address, and telephone number of a cognizant official familiar with the cited project. If subcontractors are to be used, a similar list shall be furnished for each subcontractor. No reference shall be given for projects not completed or projects completed more than three years previous to the bid opening date. If a contract is awarded to the Bidder, the subcontractor list may not be amended without written permission of the City. ITEMS TO BE FURNZSHED BY THE OWNER a. Permits and other operating authority. b. 120 VAC, 60 Hz commercial power in the general vicinity of each equipment location. Local connection to distribution panels may be required. MA.70R ITEMS TO BE F[3RI3ISHED BY THE BIDDER a. This bid shall include, but is not necessarily limited to providing all items specified. All other items required shall be furnished and installed to provide a complete functional system as intended by these speciPications. Required exhibits and work sheets shall be considered part of the bid. Page 4 9�-1073 b. In addition, aPter contract award, the Contractor shall provide the following services. 1) Furnish, install, test and place system into service. 2) Provide necessary equipment and perform acceptance tests to prove equipment is operating as required. Tests sha11 he conducted in the presence of the City representatives at a time mutually convenient for both parties. 3) Provide written record of such tests to the City plus any other evidence indicative of contract compliance. 4) Instruct City personnel in equipment operation and maintenance. 5) Furnish all parts and labor, including travel and test equipment required for complete maintenance of the system for one year from date of acceptance by the City. DATA TO ACCOMPANY BIDS Four (4) copies of all items referenced below shall be furnished, unless otherwise noted. a) Price proposal includinq accompanying schedules. b) Bid bond or check (four (4) not required). c) Complete list of all equipment to be furnished, organized by number, including catalog sheets and specifications. d) Functional block diagram of the total system showing principal items of equipment. e) Length of time equipment has been in production and similar installations. f) Al1 material required to satisfy "Contractor Qualifications" above. g) Name and address of each proposed subcontractor, if any, together with that part of the work proposed to be subcontracted and list of subcontractor references. h) Equipment/functionalitylfeature inclusion form. Page 5 I J �.L O 1 � STANDARDS A11 equipment shall be designed, built and tested to comply with recognized standards as established by: a) American Standards Association (ASA) b) American Society of Testinq and Materials (ASTM) c) Institute of electrical and Electronic Engineers (IEEE) d) National Electrical Manufacturers Association (NEMA) e) National Fire Protection Association (NFPA) f) Electronic Industries Association (EIA) g) Federal Communications Commission (FCC) Where minimum standards or performance criteria are set forth, no compromise of these standards or performance criteria will be considered. Where specific standards are not mentioned, the Bidder will be expected to incorporate equipment and methods consistent with reliability and performance elsewhere specified. FCC approval, where required, shall be in hand before bidding. SCHEDULE OF WORK The Contractor shall so schedule work so as to not interrupt the daily routine of other functions in the building in which work is to be done and shall coordir�ate with proper authorities. The Contractor shall coordinate his work schedule with the City and other Contractor(s) to minimize conflict. The Contractor is expected to cooperate with others and make his installation and test schedules known far enough in advance that others may plan their work in an orderly fashion. M�:�3`iYi►ViY7�5:i�, i�K•7��Q�-+I��i�5.i7 �T��i���� All installations are to be macle in a neat and workmanlike manner. Each installation is not specified in every detail. Rather, the Contractor shall be required to use workers experienced in their trades who can follow the itemized procedures of these specifications to produce a finished communications system which is a credit to both the Contractor and the City. Power wiring to equipment shall be made in conduit unless instructed to make connection to a wall receptacle in which case a cord and plug is implied. Three wire service shall always be provided where the third wire is ground of the electrical distribution system. A11 wirinq sha11 meet requirements of the National Electrical Code. Page 6 . .. . . 95-1073 Recordings of the existing logging recorder systems shall be continued and maintained throughout the installation and system testing period. The Contractor shall work with City to produce a plan for this process. INSTRUCTION MANIJALS AND PARTS LISTS a) Furnish at final acceptance of the system, one complete and final copy of instruction and maintenance manual for each item of equipment furnished by the Contractor. All manuals shall reflect the equipment and system "as built". Instruction manuals shall be prepared so as to be easily understandable by any technician familiar with similar equipment and accessories but having no specific knowledge of this system or equipment proposed by the Bidder. Instruction manuals are to include the following information: 1) Tab1e of Contents. ' 2) Summary: Technical summary of the equipment. 3) Safety NotiCe: A safety notice shall be prominently displayed and shall indicate all safety precautions to be taken by personnel and employed, in the installation or maintenance of the equipment. 4) Specifications for each unit of the system. 5) System drawings, comprising detailed drawings applicable to the system and showing connection points to the City's equipment terminations. 6) Parts lists with identification symbols or part numbers for all replaceable parts and assemblies. Parts 1ist5 shall include technical description of parts to aid in ease of procurement. b) The text of the instruction book shall include: 1) Description: Which shall contain a qeneral descrigtion of the unit, followed by a detailed description and discussion of the mechanical construction and electrical theory of operation of the subject unit. 2) Installation: Which shall cover the installation of the subject unit. It shall contain instruction for unpacking, positioning, and wiring the unit and the installation ancl wiring of any separately crated components, and optimization of system performance. Page 7 95-�073 3) Operation: Which shall outline and describe in detail all adjustments, checks, and tests required to place the subject unit in a satisfactory operation. Instructions and information regarding the limitations of the equipment shall be given, especially in connection with components likely to be damaged by improper adjustments. 4) Maintenance: Which shall be devoted primarily to maintenance of the equipment and shall give detailed instructions for its inspection and repair. A table shall be included showing routine inspections and tests which are required to assure continuity of service. This section sha11 contain a list of possible troubles, together with their remedies, and a display of the normal voltages and currents for various items, over their limitations of the equipment shall be given, especially in connection with components likely to be damaged by improver adjustments. c) Bind each Instruction Manual in durable cover including a folder envelope for drawings. d) In addition to schematics, etc., the manuals shall contain theory of operation of all active devices in sufficient detail to facilitate servicing. The bidder shall include a bid sample of complete manuals from an installation of similar size and scope for purpose. a) The Contractor sha11 guarantee a11 materials, worlrnianship, and the successful operatio'n of all equipment and apparatus installed by him, for a period of one year from date of final acceptance by the Owner of the whole work. If any defect or malfunction occurs within the first year following acceptance, the Contractor shall repair or replace the defective unit at his sole cost and expense. This service shall be provided on a 24-hour 7 days a week basis during the 1 year p�riod. Service response shall be within 2 hours on a major system failure and within 24 hours on minor failure. A written log shall be furnished the City detailing the maintenance, and test procedures conducted on the equipment during the 1 year unconditional guarantee period. b� If it appears that within one year from date o£ completion, the equipment does not meet the warrant specified including repeated failures of the same component or unit, the Contractor shall thereupon correct any defect, including nonconformance with the specifications by either repairinq or replacing the defective part or parts. .� 95 c) The Contractor shall warrant to the City that the equipment to be delivered, shall conform to the specifications and be free from defects in materials and wor)ananship. The foregoing warranty is exclusive of all other warranties whether written, oral or implied. d) In addition, the Contractor shall guarantee the system for the following conditions: 1) Free from imperfections in desiqn, materials, software or construction which would create hazards, operational difficulties, or failure to meet specified performance quality. 2) Capable of continuous and satisfactory performance under normal operating conditions at specified equipment rating and capacity. e) The Contractor shall maintain a stock of replacement parts for each item included in this equipment and shall be in a position to promptly replace these parts as may be required for a period of seven years. The Contractor shall also provide these replacement parts at the same or better pricing level, he extends to commercial service aqencies. An after- hours and weekends emergency parts service telephone number shall be provided. f) The Contractor shall, on combining the equipment supplied with the materials and services provided by the City, guarantee a completely operational communications system. RECOtM1ENDED SPAAF'�S The bidder sha11 include an exhibit with his bid listing description and quantity of recommended spare parts, modules and chassis to support his equipment on a self-maintained basis by the City. This list shall include unique items such as card extenders, patch cables or other proprietary parts to facilitate maintenance work. The list shall include the price for each recommended item. All contracts shall be made and set forth in writing and sha11 be signed on behalf of the City by the proper officials thereof and with the formalities required by the governing statutes regulating any particular corporation involved. The contract shall be so conditioned that it shall provide for retention of 15� of the amount of the contract until the contract shall be fully executed and the improvement completed according to Specifications. Page 9 I � r � p I � PAYMENTS The City plans to purchase this equipment with funds that are received from the State of Minnesota for maintaining E911 answering equipment. These funds are being received on a monthly basis and are being held in a special account. If the cost of the selected system exceeds the amount of funds available at the time of bid acceptance the City will need to either negotiate payment terms with the selected vendor or delay the issuance of a purchase order until sufficient funds are available. The following payment guidelines would be replaced by any negotiated payment terms. a) Payments to the extent of the value of the work done and materials furnished, less amounts retained as previously indicated, shall be made as soon after the end of the month following the beginning of the work, as it is consistent with the time required to make the payment through regular channels, and at the end of each month during the process of contraction. None of such payments, however, shall be held to constitute an acceptance, in whole or in part, by the City prior to making of the final payment and acceptance in full completion of the contract. b) Final payment of all sums�due to the Contractor shall be made within thirty days after the completion and acceptance of the public improvement by the City. •- � � :• . a) The Contractor shall, before a contract is signed or purchase order issued, furnish surety satisfactory to the Owner in an amount not'less than the contract price, for the faithful performance of the contract, with the additional obligation that such contractor shall promptly pay all persons supplying him labor or material in the prosecution of work provided for in the contract. Such performance and payment bond shall be furnished separately to the City within ten days after receipt oP mailed letter Intent to Award Contract. Failure on the part of the bidder to furnish such bond in the time stated shall be cause for consideration by the City of awarding the ont ct o an h i er th reten io f t bi deposit. b) In case of a partnership contract, each partner must sign the bond. Page 10 95-1073 BIDS a) Each bid must be accompanied by a certified check for five percent (5�) of the amount of the bid including all add alternates, such check to be certified and payable to the City as a guarantee that such bidder will enter into a contract with the City in accordance with the terms of the letting and bid, in case such bidder be awarded the contract. Bid bonds are acceptable as bid security under these specifications, see next paragraph. b) Bid Bonds: In lieu of a certified check as a bid guarantee, a bid bond of five percent (5�) of the total amount of the bid, including all add alternates, may be furnished by the Contractor. Such bond to be issued by a surety authorized to do business in this State. Such bond shall be payable to the City as guarantee that such bidder will enter into a contract with the City in accordance with the terms of such letting and bid in case such bidder be awarded the contract. c) No bidder shall be required, either in the Advertisement for Bids or otherwise, to leave the certified check or other guarantee posted for a period longer than sixty (60} days if the bid is not accepted. d) The certified checks or bid bonds of all unsuccessful bidders shall be returned within 60 days and not more than sixty (60) days shall elapse between the time of the opening of bids and either the acceptance oP a bid or the rejection of all bids presented. e) Any bid may be removed from consideration by letter or by telegraphic communication or in person before the time specified in the advertisement thereof. Bids may be modified by mail or be a telegraphic notice received at the place designated in the invitation to bid not later than the time set for the opening of bids. Telegraphic modification shall not reveal the bid price but shall provide the addition or subtraction of the modification so that the final prices or terms will not be known to the City until the sealed bid is opened. Any telegraphic modification may not be withdrawn after the time set for the opening of bids. Teleqraphic modifications must be confirmed in writing by the successful bidder before award of the contract. No bid made shall be changed or altered by telephone. No oral changes, alterations or conditions will be accepted under any circumstance. Page 11 INSI7RANCE 95 r � d �° The Contractor shall not commence work under this contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on the subcontract until the insurance required of the subcontractor has been so obtained and approved. Each Contractor and Subcontractor shall maintain for the life of the contract, Workmen's Compensation, Public Liability and Property Damage Insurance and Automobile and Truck Insurance as will protect the Contractor from all claims which may arise from operations under this contract whether such operations be by the Contractor or by any Subcontractor or any one directly or indirectly employed by either of them and also against any special hazards which may be encountered in the performance of this contract. I30N-COMPLIANCE Acceptance of the work of this Contractor upon completion of the project shall not preclude the City from requiring strict compliance with the contract documents that this Contractor complete or correct upon discovery, throughout the guarantee period, any faulty, incomplete, or incorrect work not discovered at the time of acceptance. APPLICATIONS FOR PAYMENTS a) The Contractor shall submit to the Contracting Agent an application for each payment, and if required, receipts or other vouchers, showing his payments for material and labor, includinq payments to Subcontractors. b) In applying for payment, the Contractor shall submit his monthly payment estimate based upon the approved schedule of work for the project, itemized in such form and supported by such evidence as will show his right to the payment claimed. Claims made on account of materials delivered and suitably stored at the site, but not incorporated in the work shall be conditioned upon submission by the Contractor of Bills of Sale or such other procedure as will establish the City's title to such material or otherwise adequately protect the City's interest. c) Vouchers for payment of claims by the Contractor shall be made out in the form required by the City and the Voucher together with a copy of the Contractor's monthly payment estimate sha11 be presented to the Contracting Agent for processing, approval and payment. Page 12 d) No payment can be incorporated in property. TIME FOR COMPLETION 95-1073 authorized for equipment or materials not the work and not stored on the City's a) It is hereby understood and mutually agreed, by and between the Contractor and the City that the date of beginning, rate of progress, and time for completion of the work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced within ten (10) calendar days after receipt of mailed Purchase Order Contract. b) The Contractor agrees that said work shall be prosecuted regularly, diligently and uninterruptedly at such rate of proqress as will insure full completion thereof within the time specified. It is expressly understood and agreed by, and between, the Contractor and City, that the time for completion of the work described herein is reasonable for the completion of same, taking into consideration the average climatic range and usual industrial conditions prevailing in the locality. c) Work shall be completed and the system placed in operation including all tests adiustments and other procedures which may be ap�ronriate within 90 da�s of the groj ect start date d) Date of Contract completion may be extended by the City for delays beyond the control'and without the fault or negligence of the Contractor, such as acts of God, acts of the public enemy, acts of the United States, any State, Territory of the United States, or any political subdivision of the foregoing, or District of Columbia, acts of the City, Contractor's agent or employees, fire, strikes, floods, epidemics, quarantine restrictions, freight embargoes, or unusually severe weather. PO5SES5ION PRIOR TO COMPLETION The City shall have the right to take possession of or use any completed or partially completed part of the work. Such possession or use shall not be deemed an acceptance of any work not completed in accordance with the Contract. ADDITIONAL PURCHA5ES The City and Contracting Agent shall have the right to purchase additional equipment at unit pricing 1eve1 for a period of 1(one} year from date of contract award. Page 13 95•1 DETAIL SPECIFICATIONS PROPOSAL DESCRIPTION It is the intent of these specifications to establish minimt�m requirements Por the purchase, installation and maintenance of a new digital communications logging recorder and archivinq system. This system will replace the existing reel to reel tape logging recorder system currently in use at the St. Paul Police Department. The proposed system must be capable of beinq combined with the Ramsey County system that is specified in the accompanying RFP. The basic system shall at minimum include: • Fully operational recording of a minimum of 40 channels. • Minimum expansion capability of 96 channels. • Complete local control and display of all operating functions. • Remote work'station with control and display of a11 functions (capable of expansion to multiple remote workstations). • 5ystem design that minimizes possibility of a single point failure. • Complete archiving and tape storage systems. • Reproducing system separate from the main recorder unit. Essential system capabilities shall be instant search and playback, high level of system security, compact low cost recording media, qood audio quality, ability to interface with remote system, flexibility to increase channel capacity and ease of operation and maintenance. The system shall be fully compatible and functional with all radio and telephone voi`ce circuits a�d equipment currently being recorded by the existinq logging recorder equipment. The Contractor shall provide and install all necessary interface equipment, to include terminals and electronic networks as required to configure the system as specified. Section 1: System Configuration 1.1 The main recording unit must be able to operate as a"stand alone" unit to permit record, playback and a visual display of the time, date and active channels durinq record and playback. Pac3e 14 95-1073 1.2 The system must provide a minimum of 40 channels for record and playback. The system must be capable of being expanded to a minimum of 96 channels. 1.3 The record unit must provide dual tape drives that utilize 4 mm DAT cartridge technology. A minimum of 500 hours of record time must be provided by each drive. 1.4 The record unit must include an instantaneous playback hard drive that is capable of a minimum of 150 hours of record time. System operating files must be stored in separate system firmware. 1.5 All system drives must operate independently without reliance on a common hard drive. 1.6 Record inputs must meet the following requirements: A. Input audio level from -20DB to +20DB B. Full range, off hook current sensing C. Eull range, off hook voltage sensing D. VOX operation E. External closure start 1.7 All equipment provided' by''the Contractor that would be adversely affected by powerline disturbances e.g.: spikes, sags, surges, and powerline transfer drops, shall be protected by an uninterruptable power system. The system shall provide for continued operation, automatically, of all equipment, in the event of a full loss of power for a minimum period of 5 minutes. 1.8 The system must include a remote PC workstation that is capable of all of the functions of the main recording unit, in addition the remote unit must permit querying of reports and other supervisory functions. 1.9 Workstation software must be MS DOS and Windows compatible. 1.10 The system must include the ability to playback archived tapes and reproduce recordings on drives that are separate f r o m the main recordinq unit. A cassette recording unit must be included. 1.11 The system must be capable of beinq combined with the Ramsey County system, specified in the accompanying RFP, and operating as a single system from a shared location. Section 2: Features and F'unetions 2.1 The system must provide several levels of operator security. Page 15 95-�Q73 2.2 The system must allow the user to determine the operation of the archive drives. The user will select either simultaneous record of both drives or automatic switch over to the standby drive when the tape on the active drive is fu11. 2.3 Al1 steps required for the changing of archive tapes must be accomplished at the record unit itsel£ without interaction of the remote terminal. 2.4 The recording unit must display the amount of tape remaining on a drive as either the time or percentage of tape remaining. 2.5 The system must provide an audible and visual alarm indication at a selectable time prior to the end of the tape. 2.6 The system must provide user enabled audible record tones. 2.7 The system must provide a means for the user to change time and date if desired. 2.8 The system must be capable o£ being time synced to an external source. 2.9 The system must provide automatic daylight savings time adjustment. 2.10 The system must be capable of 4 channel mixinq. 2.11 The system must Be capable of "real time" playback. The time and date of the recording must be displayed at all times during playback. 2.12 The system must be able to skip to the next and previous message during playback. 2.13 The system must be capable of multiple speed fast forward and rewind. 2.14 The system must be capable of completing a message search by time, date, ANI, or outbound telephone number. 2.15 The system must be capable of completing an automatic search for any recorded time and date on a cartritlqe in less than 2 minutes. 2.16 The system must provide a restore function which will allow the user to reposition the tape to its original location. Page 16 95 2.17 The system must be capable of reconstructing archived audio that is lost when an archive drive is off line, The amount of audio buffering must be sufficient to reconstruct audio that is lost during periods of tape replacement and formatting or periods when previous ca11 information is being retrieved from the tape. 2.18 The system must provide reporting capabilities to include number of ca11s per channel, averaqe ca11 duration per channel and total channel activity over a specified time period. All reports must be selectable by time and date parameters. 2.19 System software must be capable of compiling data for the generation of weekly and monthly call activity reports. 2.20 The system must provide audible and visual indications of detected problems. 2.21 The system must provide an error log to keep track of alerts, error messages and conditions. 2.22 The system must be capable of providing the placement of a call to a vendor supplied diaqnostic the event of a failure or alert. The system must line diagnostics. Section 3• Additional Vendor Supp7.ied Items automatic center in support on 3.1 Vendor must provide on site operator training regarding the use of the equipment. Two separate operator training sessions must be provided to allow for scheduling of all affected personnel. An additional supervisory traininq session must also be provided. 3.2 Vendor must supply 25 recording cartridges, 5 cleaning cartridges, and a tape �torage locker capable of storing a minimum of 50 tapes. Section 4: Warranty Maintenance 4.1 All parts, labor and necessary software corrections required for proper system operation will be furnished by the vendor for a period of one year after the date of acceptance. acceptance is defined ' as'°the completion of equipment installation, specified training, and the successful demonstration of all system features. Page 17 a 7 J��6J�� 4.2 Warranty maintenance must be provided within two hours of a major system £ailure. A major system failure is defined as a loss of 30% or more of the svstem record andlor retrieval capability. Al1 other warranty maintenance must be provided within 24 hours of the time that it is reported or during the first regular working day after the trouble is reported. 4.3 Vendor must provide a toll free number to receive trouble reports 7 days per week 24 hours per day. 4.9 Warranty maintenance must be provided by factory trained and certified personnel. Section 5: Optional Items 5.1 Bidders are asked to provide pricing for instant recall hard drives with greater record capacity than required in item 1.4. If selected the higher capacity drive would replace the one specified in item 1.4. 5.2 Bidder must provide price list for recammended spare parts to be used in the self maintenance of the equipment. 5.3 Bidder must provide pricing for annual equipment maintenance costs for years 2 through 5. Maintenance will be provided under the same terms as during the warranty period. 5.4 Bidder must provide pricing for local technical training and system maintenance certification for 6 technicians. Paqe 18 95°��73 ITEMIZED PROPOSAL Bid Item #1: 40 Channel Dual Archive Digital Logging Recorder with Instantaneous Playback Module Dollars ($ ) Sid Item #2: Installation of Bid Item #1 Dollars ($ ) Bid Item #3: Remote PC Work Station with Archive playback and reproducing capability. Dollars ($ ) Bid Item #4: Installation of Bid Item #3 Dollars ($ ) Bid Item #5: Uninterruptable Power source for a11 affected equipment. Dollars ($ ) Bid Item #6: Installation of Bid Item #5 Dollars ($ ) Bid Item #7: Supplies and Accessories A. 25-Recording Cartridges Dollars ($ ) B. 5-Cleaning Cartridges Dollars ($ ) C. Tape Storage locker Dollars ($ ) Paqe 19 . , , 95-�0�'3 Bid Item #8: Other materials, parts and equipment required to make a complete, operational system and not otherwise included above (provide detail list with pricing). Dollars ($ ) Bid Item #9: Installation of Bid Item #8 Dollars ($ ) Total Bid Items #1, #3, #5, #7 and #8 (Equipment} Dollars ($ ) Total Bid Items #2, #4, #6, and #9 (Installation) Dollars ($ ) Grand Total: Bid items #1 -#9 inclusive Dollars ($ ) Bid Item #10: Annual maintenance agreement including all parts and labor. Attach copy of agreement proposed. Dollars ($ ) Bid item #11: Time and material maintenance agreement. Attach copy of agreement proposed. Hourly Labor Ratz $ Other (Travel, Minimum, Etc.) $ Bid Item #12: Increased capacity instant access hard drives options. Dollars ($ 1 Bid Item #13: Spare Modules, Parts and Too1s list. Attach detail list and pricing. Dollars ($ ) Page 20 ,...-. 95� �.073 Bid Item #14: Technical Training and Certification of 6 Technicians Dollars ($ ) The undersigned acknowledges receipt of the following addenda to the specifications.(Give number and date of each, respectively) Accompanying this proposal is a certified check in the amount 5$ of the base bid and all additional alternates payable to the City of St. Paul in the amount of $ or a bid bond in the amount of $ , issued by a surety company authorized to do business in the State of Minnesota. In submitting this bid, it is understood that the right is reserved by the City to reject any and all bids and to waive all informalities. � Business Address Title State of Incorporation Page 21 . :r ������'��AL CITY Presented By: Referred To: RESOLUTION SAINT PAUL, ¢tll� Council File # Green Sheet # �t,5 - 1a�3 � - 1 15 Committee: Date 1 2 3 4 5 6 7 8 9 10 11 t2 13 14 15 16 17 78 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 WHEREAS, the Saint Paul Police Department desires to purchase and instali a new Digital Communication Logging Recorder system in the amount of $80,000, and WHEREAS, the Emergency Communications Center is currently using analog logging reco�der equipment to record telephone and radio calls which is no longer reliable, and WHEARAS, a digital logging recorder wouid improve reliability and offer additional operating features. The purchase of this equipment qualifies as a purchase out of the E911 distribution received from the State, and WHEREAS, The Mayor pursuant to Section 10.07.1 of the Charter of the City of Saint Paul, does certify that there are availabie for appropriation funds in excess of those estimated in the 1995 budget; and WHEREAS, The Mayor recommends that the foilowing addition be made to the 1995 budgei: FINANCING PLAN 436 - Police Special Projecis 34911 - Enhanced 911 System 4099 - Fees - N.O.C. All Other Fund Financing SPENDING PLAN CURRENT BUDGET CHANGES AMENDED BUDGET 0 1,281,385 1 > 281,388 :� ��� � :� ��� 80,000 1,281,388 1,361,385 436 - Police Special Projects 34911 - Enhanced 911 System 0848 - Other - Speciaiized Equipment 0 80,000 80,000 AIIOtherFundSpending 1,281,388 0 1,281,388 1,281,388 80,000 1,361,388 7HEREFORE BE IT RESOLVED, That the City Council approves these changes to the 1995 budget. Requested by Departr�nt of: � Adopted by Council: Date �„ }- l3 �gq5 Adoption Certified by Counci S etary: � Recommended �� Approved by By: G081095A Date � tor Director: - 3i- , ,; ., �EPARTMENT/OFFIGElGOUNC0. Police :ONTACi PEfl50N & PHONE Ghief Finney AUST BE ON CDUNCIL AGENC/A BY (OA7E) TOTAL # OF SIGNATURE PA6ES 8-3-95 �'� q5 -1 GREEN SHEET �° 31479 INITIAVOATE INITIAL/DATE OEPARTMENTDIRECTOR CITVCOUNCIL LTTYATTORNEV CITYCLERK BUDGET DIRECTOfi FIN & MGT. SERVICES DIR. MAWfl (ORASSIS7ANT� (CLIP ALL IOCATIONS FOR SIGNATURE) Budget authority to purchase and install a new Digital Comnunication Logging Recorder system. REGOMMENDATIONS. Approve (A} or Ra7eet (R) __ PLANNING GOMMISSION _. CIVIL SERVIGE COMMISSION _ CIB C�MMITfEE _ _ STAFF _ _ DISTRICiCOUflT _ SUPPORTS WHICH COUNCIL OBJECTIVEI GERSONAL SERVICE CONTRACTS MUST ANSWER THE FOLLOWING QUESTIONS; 1. Has this pereon/firm ever worked untler a Grontract for this depar[meot? - YES NO 2. Has this person/tirm ever been a c�ry employee? YES NO 3. Does fhis personRirm possess a skill not normally possessed 6y any current city employee? YES NO Explain ail yes answera on aeparate aheet and attaeh to green sheet The analog logging recorder equipment currently used in the Energency Communications Center to record telephone and radio ca11s is no longer reliable an - o be replaced. AUG 3� 1�95 "��.e�t ,��� ���3:�� A digital logging recorder would inprove reliability and offer additional operating features. The purchase of this equipnent qualifies for payment out of the E911 maintenance funds that are received from the State. fAGES IFAPPROVED. : +, �dU�i:u� a"�� � ! �' None ° R�G 31 1995 Continued reliance on the existing equipment will lead to an increase in ruaintenance costs and nay lead to the loss of critical call inforr�ation. AMOUNTOFTRANSACTlON S $0�000 FUNDIHGSOURCE E911 maintenance fund5 FINANGIALINFORMATION:(EXPLAIN) received from the State COSttREYENUE BUDGETEO {CIRCLE ONE) YES NO ACTIVITY NUMBEH � f l! / ., ,-,� 95 'lU�i� REQUEST FOR PROPOSAL DIGITAL CONIl�+i[JNICATION LOGGING RECORDER AND ARCHIVING SYSTEM .,e , � 95-�07 REQUEST E'OR PROPOSALS This invitation is issued for the purpose of establishing a contract to supply the Saint Paul Police Department with the commodity or service stated herein. Project: Procurement of a digital communication logg?ng recorder and archiving system to include installation, training and maintenance. Proposals Due: Contract Period: Project Procurement Agency: Project Administrator and Coordinator: August 31, 1995 For 90 days from date of award St. Paul-Ramsey County Joint Purchasing Office Richard Duqan Lt. Commander Direct RFP Questions Howard Aorrmann to: Acting Supt., CSM IInit St. Paul Police Department 100 East llth Street St. Paul, MN 55101 Direct Procedural Lee Athmann Questions: Buyer St. Paul-Ramsey County Joint Purchasing Office Room 280 City Aall, Court House 15 West Kellogg Boulevard St. Pau1, MN 55102-1674 ,, . ., TABLE OF CONTENTS Introduction . . . . . . General Conditions . . . Detail Specifications. . Itemizefl Proposal. . . . . . . . . . . . . . Paae 1 . . . . . . . . . . Page 2 . . . . . . . . . . Page 14 . . . . . . . . . . Page 19 ,� ., Introduction g � - � � 7 3 The St. Paul Police Department (City) wishes to replace its present 29 hour reel to reel recorder logging system. This system is used to record all emergency telephone and radio communications in the Emergency Communications Center. This request for proposal is being offered jointly with one from the Ramsey County Sheriff's office. It is the intent of both proposals that the two systems would be capable of operating as single combined system if desired by the City and County. It is the desire of both agencies that the new replacement systems maximize use of current technology to provide efficient, reliable, flexible and cost effective systems. Award or Rejection of Proposal The contract will be awarded to the proposer who best satisfies the requirements listed herein, provided that the proposal is in the best interest of the City. An evaluation committee, chosen by the City, shall be the sole judge of the proposer`s qualifications and whether the proposal is in the City`s best interest. The City reserves the right to accept or reject any or all proposals or parts of proposals and to waive any defects or informalities or to advertise for new bids where the acceptance, rejection, waiving or advertising of such would, in the sole judgement of the City appear to be in the best interest of the City. Evaluation Griteria After a preliminary evaluation of a11 proposals has been completed, the evaluation cammittee may require proposers to appear before the committee, for the purpose of obtaining explanation for any points not clearly understood. Upon completion of this process, a formal evaluation of the proposals will be performed by the committee. The six areas of evaluation are: a. Contractor Qualifications b. System Design, Features and Benefits c. System Reliability d. Equipment Cost e. Maintenance Cost f. Completeness and Clarity of Proposal Page 1 ,, , ., ��'"�.Q�.� PROPOSAL SPECIFICATIONS GENERAL CONDITIONS Any exceptions taken to the requirements or specifications shall be so noted, with an explanation, in writing. Unless so noted, the City understands the �rogosals as submitted, to be fully compliant in all areas and will expect same upon award of contract. Exception shall be identified by page and paragraph or item number. --� J ,�.��:iifaF�Te� a. Site Examination The bidder shall visit the premises, carefully examine same to become familiar with existing conditions at the time of submitting the praposal, as no claim for extras will be allowed for any work which could have been foreseen by the bidder and included in the praposal at the time of submitting same. . . . - - . All submitted contract documents are complementary and what is called for by one shall be as binding as if called for by all. The intent of the contract documents is to include in the contract prices the cost of all labor, material, tools, plant, equipment, transportation, and all other expenses as may be necessary for the proper execution and completion of the work. c. ouestions Any person who plans to bid on the project may submit to the City a written request for interpretation of any part of the specifications or contract documents. Requests for interpretation shall be made nat less than ten days prior to the opening o� bids. Any in�terpretation will be in writing and furnished to each person of record receiving specifications Por bidding. The City wi11 not be responsible for any other explanation or interpretation. �..- . � � � , BID ACCEPTANCE a. Time � c J e f. J � � � 1+f ! ! All bids must be in the hands of the City or it's representatives on or before the time set for receiving bids. ��.- .. �11 bids shall include any addenda issued advertisinq for bids, the same as though it in the original specifications. � Partial bids will not be considered. Copies Required during the time of had been included Four (4) copies of every proposal, exhibit and attachment shall be furnished, except the Bid Security. Only the Bid Security sha11 be furnished in oriqinal copy. rrors The bid shall be written in ink or typed. An error may be crossed out or struck over and the correct legend entered, provided the correction is initialed by the person(s) signing the bid. In case of difference between written words and fiqures on the proposal, the written word shall govern. In case of discrepancy, between unit and extended price, the unit price shall govern. • ... . All bids shall be on proposal forms provided or photo copies thereof. � �� �^isi.C�}�iai:itZi7a�"�i� a. No 'c The Contractor Purchase Order start date. shall commence work upon receipt of mailed Contract. The mailing date shall be the project • .r . • , BePore ordering any material or doing any work, the Contractor shall verify all information and measurements at the site and Page 3 _. . , 95-�,073 shall be responsible for correctness of same. Any differences which may be found, shall be submitted to the City for consideration before proceeding with the work. c. Time for Completion A11 work including test of the finished project, shall be complete within the consecutive number of calendar days specified. CONTRACTOR QI3ALIFICATIONS Each respondent of this request for proposals shall furnish evidence satisfactory to the City that the bidder has the necessary facilities, ability, experience and financial resources to perform the contract. Also, a list of at least three users of equipment similar to that proposed here where the bidder has both furnished and installed the apparatus. Included with the list, shall be the name, address, and telephone number of a coqnizant afficial familiar with the cited groject. If subcontractor5 are to be used, a similar list shall be furnished for each subcontractor. No reference shall be given for projects not completed or projects completed more than three years previous to the bid openinq date. If a contract is awarded to the Bidder, the subcontractor list may not be amended without written permission of the City. ITEMS TO BE FURNISHED BY THE OWNER a. Permits and other operating authority. b. 120 VAC, 60 Hz commercial power in the general vicinity of each equipment location. Local connection to distribution panels may be required. MAJOR ITEMS TO BE F'[JRNISHED BY THE BIDDER a. This bid shall include, but is not necessarily limited to providing all items specified. All other items required shall be furnished and installed to provide a complete functional system as intended by these specifications. Required exhibits and work sheets shall be considered part of the bid. Page 4 95 � In addition, after contract award, the Contractor shall provide the following services. 1) Furnish, install, test and place system into service. 2� Pravide necessary equipment and perform acceptance tests to prove equipment is operating as required. Tests sha11 be conducted in the presence of the City representatives at a time mutually convenient for both parties. 3) Provide written record of such tests to the City plus any other evidence indicative of contract compliance. 4) Instruct City personnel in equipment operation and maintenance. 5) Furnish a11 parts and labor, including travel and test equipment required for complete maintenance of the system far one year fram date of acceptance by the City. .• • • . Four (4) copies of all items 'referenced below shall be furnished, unless otherwise noted. a) b) C� d) e) f) g) h) Price proposal including accompanying schedules. Bid bond or check (four t4) not required). Complete list of all equipment to be furnished, organized by number, including catalog sheets and specifications. Functional block diagram of the total system showing principal items of equipment. Length of time equipment has been in production and similar installations. All material required to satisfy "Contractor Qualifications" above. Name and address of each proposed subcontractor, if any, together with that part of the work proposed to be subcontracted and list of subcontractor references. Equipment/functionalitylfeature inclusion form. Page 5 ., . ��'���� A11 equipment shall be desiqned, built and tested to comply with recognized standards as established by: a) American Standards Association (ASA} b) American Society of Testing and Materials (ASTM) c) Institute of electrical and Electronic Engineers (IEEE) d) National Electrical Manufacturers Association (NEMA) e) National Fire Protection Association (NFPA) f) Electronic Industries Association (EIA) gj Federal Communications Commission (FCC) Where minimum standards or performance criteria are set forth, no compromise of these standards or performance criteria wi11 be considered. Where specific standards are not mentioned, the Bidder will be expected to incorporate equipment and methods consistent with reliability and performance elsewhere specified. FCC approval, where required, sha11 be in hand before bidding. SCHEDULE OF WORK The Contractor shall so schedule work so as to not interrupt the daily routine of other functions in the buildinq in which work is to be done and shall coordinate with proper authorities. The Contractor shall coordinate his work schedule with the City and other Contractor(s) to minimize conflict. The Contractor is expected to cooperate with others and make his installation and test schedules known far enough in advance that others may plan their work in an orderly fashion. INSTALLATIQN AND CONSTRUCTION PRACTICES t Al1 installations are to be made in a neat and workmanlike manner. Each installation is not specified in every detail. Rather, the Contractor shall be required to use workers experienced in their trades who can follow the itemized procedures of these specifications to produce a finished communications system which is a credit to both the Contractor and the City. Power wiring to equipment shall be made in conduit unless instructed to make connection to a wall receptacle in which case a cord and plug is implied. Three wire service shall always be provided where the third wire is ground of the electrical distribution system. Al1 wiring shall meet requirements of the National Electrical Code. Page 6 , . . 95-1073 Recordings of the existing logging recorder systems sha11 be continued and maintained throughout the installation and system testing period. The Contractor shall work with City to produce a plan for this process. 2NSTRUCTION MANUAI,S AND PARTS LISTS a) Furnish at final acceptance of the system, one complete and final copy of instruction and maintenance manual far each item of equipment furnished by the Contractor. All manuals shall reflect the equipment and system "as built". Instruction manuals shall be prepared so as to be easily understandable by any technician familiar with similar equipment and accessories but having no specific knowledge of this system or equipment proposed by the Bidder. Instruction manuals are to include the following information: 1) Table of Contents. ' 2? Summary: Technical summary of the equipment. 3) Safety Notice: A safety notice shall be prominently displayed and shall indicate all safety precautions to be taken by gersonnel and employed, in the installation or maintenance of the equipment. 4) Specifications for each unit of the system. 5) System drawings, comprising detailed drawings applicable to the system and showing connection points to the City's equipment terminations. 6) Parts lists with identification symbols or part numbers for all replaceable parts and assemblies. Parts lists shall include technical description of parts to aid in ease of procurement. b) The text of the instruction book sha11 include: 1) Description: Which shall contain a general description of the unit, followed by a detailed description and discussion of the mechanical construction and electrical theory of operation of the subject unit. 2) Installation: Which sha11 cover the installation of the subject unit. It shall contain instruction for unpacking, positioning, and wiring the unit and the installation and wiring of any separately crated components, and optimization of system performance. Paqe 7 c) d) 95-�Q73 3) Operation: Which shall outline and describe in detail all adjustments, checks, and tests required to place the subject unit in a satisfactory operation. Instructions and information regarding the limitations of the equipment shall be given, especially in connection with components likely to be damaged by improper adjustments. 4) Maintenance: Which shall be devoted primarily to maintenance of the equipment and shall give detailed instructions for its inspection and repair. A table shall be included sfiowing routine inspections anfl tests which are required to assure cantinuity of service. This section shall contain a list of possible troubles, toqether with their remedies, and a display of the normal voltages and currents for various items, over their limitations of the equipment sha11 be given, especially in connection with components likely to be damaged by improver adjustments. Bind each Instruction Manual in durable cover including a folder envelope for drawings. In addition to schematics, etc., the manuals shall contain theory of operation of a11 active devices in sufficient detail to facilitate servicing. The bidder shall include a bid sample of complete manuals from an installation of similar size and scope for purpose. a) The Contractor shall guarantee all materials, wor}ananship, and the successful operatio"n of a11 equipment and apparatus installed by him, for a period of one year from date of final acceptance by the Owner of the whole work. If any defect or malfunction occurs within the first year following acceptance, the Contractor sha11 repair or replace the defective unit at his sole cost and expense. This service shall be �rovided on a 24-hour 7 days a week basis during the 1 year period. Service response shall be within 2 hours on a major system failure and within 29 hours on minor failure. A written log sha11 be furnished the City detailing the maintenance, and test procedures conducted on the equipment during the 1 year unconditional guarantee period. b) If it appears that the equipment does repeated failures Contractor shall within one year from date of completion, not meet the warrant specified incluflinq of the same component or unit, the thereupon correct any defect, includinq nonconformance with the specifications by either repairing or replacing the defective part or parts. •..- : 4�-�a�3 c) The Contractor shall warrant to the City that the equipment to be delivered, shall conform to the specifications and be free from defects in materials and workmanship. The foregoing warranty is exclusive of all other warranties whether written, oral or implied. d) In addition, the Contractor shall guarantee the system for the following conditions: 1) Free from imperfections in design, materials, software or construction which would create hazards, operational difficulties, or failure to meet specified performance quality. 2) Capable of continuous and satisfactory performance under normal operating con�itions at specified equipment rating and capacity. e) The Contractor shall maintain a stock of replacement parts for each item included in this equipment and sha11 be in a position to promptly replace these parts as may be required for a period of seven years. The Contractor shall also provide these replacement parts at the same or better pricing 1eve1, he extends to commercial service agencies. An after- hours and weekends emergency parts service telephone number shall be provided. f) The Contractor shall, on combining the equipment supplied with the materials and services provided by the City, quarantee a completely operational communications system. RECOMMENDED 5PARF,S The bidder shall include an exhibit with his bid listing description and quantity of recommended spare parts, modules and chassis to support his equipment on a self-maintained basis by the City. This list shall include unique items such as card extenders, patch cables or other proprietary parts to facilitate maintenance work. The list sha11 include the pr�ce for each recommended item. All contracts sha11 be made and set forth in writing and shall be signed on behalf oP the City by the proper officials thereof and with the formalities required by the governing statutes regulating any particular corporation involved. The contract shall be so conditioned that it shall provide for retention of 15� of the amount of the contract until the contract shall be fully executed and the improvement completed according to Specifications. Page 9 ` . A . 95 r �°tl° � PAYMENTS The City plans to purchase this equipment with funds that are received from the State of Minnesota for maintaining E911 answering equipment. These funds are being received on a monthly basis and are being held in a special account. If the cost of the selected system exceeds the amount of funds available at the time of bid acceptance the City will need to either negotiate payment terms with the selected vendor or delay the issuance of a purchase order until sufficient funds are available. The following payment guidelines would be replaced by any negotiated payment terms. a) Payments to the extent of the value of the work done and materials furnished, less amounts retained as previously indicated, shall be made as soon after the end of the month following the beginning of the work, as it is consistent with the time required to make the payment through regular channels, and at the end of each month during the process of contraction. None of such payments, however, shall be held to constitute an acceptance, in whole or in part, by the City prior to making of the final payment and acceptance in full completion of the contract. b) Final payment of all sums due to the Contractor shall be made within thirty days after the completion and acceptance of the public improvement by the City. fi�Tc7Y• =7tr���[�i�f �.i.7:3�iSi�1:Y�tT.)�i�� a) The Contractor shall, before a contract is signed or purchase order issued, furnish surety satisfactory to the Owner in an amount not less than the contract price, for the faithful performance of the contract, with the additional obligation that such contractor shall promptly pay all persons supplying him labor or material in the prosecution of work provided for in the contract. Such performance and payment bond sha11 be furnished separately to the City within ten days after receipt of mailecl letter Intent to Award Contract. Failure on the part of the bidder to furnish such bond in the time stated denosit. b) In case of a partnership contract, each partner must sign the band. Page 10 95-10i � a) Each bid must be accompanied by a certified check for five percent (50? of the amount of the bid includinq all add alternates, such check to be certified and payable to the City as a guarantee that such bidder will enter into a contract with the City in accordance with the terms of the letting and bid, in case such bidder be awarded the contract. Bid bonds are acceptable as bid security under these specifications, see next paragraph. b) Hid Bands: In lieu af a certified check as a bid guarantee, a bid bond of five percent (5g} of the total amount of the bid, including all add alternates, may be furnished by the Contractor. Such bond to be issued by a surety authorized to do business in this State. Such bond shall be payable to the City as guarantee that such bidder will enter into a contract with the City in accordance with the terms of such letting and bid in case such bidder be awarded the contract. c) No bidder shall be required, either in the Advertisement for Bids or otherwise, to leave the certified check or other guarantee posted for a period longer than sixty {60) days if the bid is not accepted. d) The certified checks ar bid bonds of a11 unsuccessful bidders shall be returned within 60 days and not more than sixty {60) days sha11 elapse between the time of the opening of bids and either the acceptance of a bid or the rejection of all bids presented. e) Any bid may be removed from consideration by letter or by teleqraphic communication or in person before the time specified in the advertisement thereof. Bids may be modified by mail or be a telegraphic notice received at the place designated in the invitation to bid not later than the time set for the opening of bids. Telegraphic modification shall not reveal the bid price but shall provide the addition or subtraction of the modification so that the final prices or terms will not be known to the City until the sealed bid is opened. Any telegraphic modification may not be withdrawn after the time set for the opening of bids. Telegraphic modifications must be confirmed in writing by the successful bidder before award of the contract. No bid made shall be changed or altered by tel'ephone. No oral changes, alterations or conditians will be accepted under any circumstance. Page 11 INSURAIQCE 95M���� The Contractor shall not commence work under this contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the City, nor sha11 the Contractor a11ow any Subcontractor to commence work on the subcontract until the insurance required of the subcontractor has been so obtained and approved. Each Contractor and Subcontractor shall maintain for the life of the contract, Workmen's Compensation, Public Liability and Property Damage Insurance and Automobile and Truck Insurance as will protect the Contractor from all claims which may arise from operations under this contract whether such operations be by the Contractor or by any Subcontractar or any one directly or indirectly employed by either of them and also against any special hazards which may be encountered in the performance of this contract. • • r Acceptance of the work of this Contractor upon campletion of the project sha11 not preclude the City from requiring strict compliance with the contract documents that this Contractor complete or correct upon discovery, throughout the guarantee period, any faulty, incomplete, or incorrect work not discovered at the time of acceptance. APPLICATIONS EOR PAYMENTS a) The Contractor sha11 suhmit to the Contractinq Agent an application for each payment, and if required, receipts or other vouchers, showing his payments for material and labor, including payments to Subcontractors. b) In applying for payment, the Contractor shall submit his monthly payment estimate based upon the approved schedule of work for the project, itemized in such form and supported }ay such evidence as wi11 show his right to the payment claimed. Claims made on account of materials delivered and suitably stored at the site, but not incorporated in the work shall be conditioned upon submission by the Contractor of Bills of Sale or such other procedure as will establish the CityTs title to such material or otherwise adequately protect the City's interest. c) Vouchers for payment of claims by the Contractor sha11 be made out in the form reqvired by the City and the Voucher together with a copy of the Contractor's monthly payment estimate sha11 be presented to the Contracting Agent for processinq, approval and payment. Paqe 12 95 d) No payment can be incorporated in property. TIME FOR COMPLETION authorized for equipment or materials not the work and not stored on the City's a) It is hereby understood and mutually agreed, by and between the Contractor and the City that the date of beginning, rate of progress, and time for completion of the work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced within ten (10) calendar days after receipt of mailed Furchase Order Contract. b) The Contractor agrees that said work shall be prosecuted regularly, diligently and uninterruptedly at such rate of progress as wi11 insure fu11 completion thereof within the time specified. It is expressly understood and agreed by, and between, the Contractor and City, that the time for completion of the work described herein is reasonable for the completion of same, taking into consideration the average climatic range and usual industrial conditions prevailing in the locality. c) Work shall be campleted and the system placed in operation inc�ur3ing all tests adjustments and other procedures which m�v be appropriate within 90 d�.ys of the proj,ect start date c1) Date of Contract complet"ion may be extended by the City for delays beyond the control'and without the fault or negligence of the Contractor, such as acts of God, acts of the public enemy, acts of the United States, any State, Territory of the United 5tates, or any political subdivision of the foregoing, or District of Columbia, acts of the City, Contractor's aqent or employees, fire, strikes, floods, epidemics, quarantine restrictions, freight embargoes, or unusually severe weather. P�CSSESSION PRIOR TO COMPLETION The City shall have the right to take possession oP ar use any completed or partially completed part of the work. Such possession or use shall not be deemed an acceptance of any work not completed in accardance with the Contract. �.. • The City and Contracting Aqent shall have the right to purchase additional equipment at unit pricinq level for a period of 1{one) year from date of contract award. Page 13 95-1Q DETAIL SPECIFICATIONS PROPOSAL DESCRIPTZON It is the intent of these specifications to establish minimum requirements for the purchase, installation and maintenance of a new digital communications logginq recorder and archiving system. This system will replace the existing reel to reel tape logging recorder system currently in use at the St. Paul Police Department. The proposed system must be capable of beinq combined with the Ramsey County system that is specified in the accompanying RFP. The basic system shall at minimum include: • Fully operational recording of a minimum of 40 channels. • Minimum expansion capability of 96 channels. • Complete local control and display of all operating functions. � Remote work'station with control and display of all functions (capable of expansion to multiple remote workstations). • System design that minimizes possibility of a sinqle point failure. • Complete archiving and tape storage systems. • Reproducing system separate fram the main recorder unit. Essential system capabilities shall be instant search and playback, high level of system security, compact low cost recording media, good audio quality, ability to interface with remote system, flexibility to increase channel capacity and ease of operation and maintenance. The system shall,be fully compatible and functional with all radio and telephone voice circuits and ecluipment currently being recorded by the existing logging recarder equipment. The Contractor shall provide and install all necessary interface equipment, to include terminals and electronic networks as required to confiqure the system as specified. Section 1• System Config.�ration 1.1 The main recording unit must be able to operate as a"stand alone" unit to permit record, playback and a visual display of the time, date and active channels during record and playback. Page 14 95-1Q! � 1.2 The system must provide a minimum of 40 channels for record and playback. The system must be capable of being expanded to a minimum of 96 channels. 1.3 The record unit must provide dual tape drives that utilize 4 mm DAT cartridge technology. A minimum of 500 hours of record time must be provided by each drive. 1.4 The record unit must include an instantaneous playback hard drive that is capable of a minimum of 150 hours of record time. System operating files must be stored in separate system firmware. 1.5 All system drives must operate independently without reliance on a common hard drive. 1.6 Record inputs must meet the followinq requirements: A. Input audio level from -20DB to +20DB B. Full range, off hook current sensing C. Full range, off hook voltage sensing D. VOX operation E. External closure start 1.7 All equipment provided"by 'the Contractor that would be adversely affected by powerline disturbances e.g.: spikes, sags, surges, and powerline transfer drops, shall be protected by an uninterruptable power system. The system sha11 provide for continued operation, automatically, o£ al1 equipment, in the event of a full loss of power far a minimum period of 5 minutes. 1.8 The system must include a remote PC workstation that is capable of all of the functions of the main recording unit, in addition the remote unit must permit querying of reports and other supervisory functions. 1.9 Workstation software must be MS DOS and Windows compatible. 1.10 The system must include the ability to playback archived tapes and reproduce recordings on drives that are separate f ro m the main recording unit. A cassette recording unit must be included. 1.11 The system must be capable of being combined with the Ramsey County system, specified in the accompanying RFP, and operating as a single system from a shared location. Section 2: Eeatures and Funetions 2.1 The system must provide several levels of operator security. Page 15 95-�Q73 2.2 The system must a11ow the user to determine the operation of the archive drives. The user will select either simultaneous record of both drives or automatic switch over to the standby drive when the tape on the active drive is full. 2.3 All steps required for the changing of archive tapes must be accomplished at the record unit itself without interaction of the remote terminal. 2.4 The recording unit must display the amount of tape remaining on a drive as either the time or percentage of tape remaininq. 2.5 The system must provide an audible and visual alarm indication at a selectable time prior to the end of the tape. 2.6 The system must provide user enabled audible record tones. 2.7 The system must provide a means for the user to chanqe time and date if desired. 2.8 The system must be capable of being time synced to an external source. 2.9 The system must provide automatic daylight savinqs time adjustment. 2.10 The system must be capable of 4 channel mixing. 2.11 The system must he capable of "real time" playback. The time and date of the recordinq must be displayed at all times durinq playback. 2.12 The system must be able to skip to the next and previous message during playback. 2.13 The system must be capable of multiple speed fast forward and rewind. 2.14 The system must be capable of completing a message search by time, date, ANI, or outbound telephone number. 2.15 The system must be capable of completing an automatic search for any recorded time and date on a cartridge in less than 2 minutes. 2.16 The system must provide a restore function which wi11 allow the user to reposition the tape to its original location. Page 16 95-107: 2.17 The system must be capable of reconstructing archived audio that is lost when an archive drive is off line. The amount of audio buffering must be sufficient to reconstruct audio that is lost during periods oP tape replacement and formatting or periods when previous ca11 inPormation is being retrieved from the tape. 2.18 The system must provide reportinq capabilities to include number of calls per channel, average call duration per channel and total channel activity over a specified time period. All reports must be selectable by time and date parameters. 2.19 System software must be capable of compiling data for the generation of weekly and monthly call activity reports. 2.20 The system must provide audible and visual indications of detected problems. 2.21 The system must provide an error log to keep track of alerts, error messages and conditions. 2.22 The system must be capable of providing the placement of a call to a vendor supplied diagnostic the event of a failure or alert. The system must line diagnostics. Section 3: Additional Vendor Supp]_ied Items automatic center in support on 3.1 Vendor must provide on site operator training regarding the use of the equipment. Two separate operator training sessions must be provided to a11ow for scheduling of a11 affected personnel. An additional supervisory training session must also be provided. 3.2 Vendor must supply 25 recording cartridges, 5 cleaning cartridges, and a tape storage locker capable of storing a minimum of 50 tapes. Section 4: Warranty Maintenance 4.1 All parts, labor and necessary software corrections required for proper system operation will be furnished by the vendor for a period of one year after the date of acceptance. acceptance is defined as` the completion of equipment installation, specified training, and the successful demonstration of a11 system features. Paqe 17 � 95-�.Q7� 4.2 Warranty maintenance must be provided within two hours of a major system failure. A major system failure is defined as a loss of 300 or more of the svstem record and/or retrieval capability. A11 other warranty maintenance must be provided within 24 hours of the time that it is reported or durinq the first regular working day after the trouble is reported. 4.3 Vendor must provide a toll free number to receive trouble reports 7 days per week 24 hours per day. 4.4 Warranty maintenance must be provided by factory trained and certified personnel. Section 5: Ontional Items 5.1 Bidders are asked to provide pricing for instant recall hard drives with greater record capacity than required in item 1.9. If selected the higher capacity drive would replace the one specified in item 1.4. 5.2 Bidder must provide price list for recommended spare parts to be used in the self maintenance of the equipment. 5.3 Bidder must provide pricing for annual equipment maintenance costs for years 2 through 5. Maintenance wi11 be provided under the same terms as during the warranty period. 5.4 Bidder must provide pricing for local technical training and system maintenance certification for 6 technicians. Page 18 ! � M � M 1 � ITEMIZED PROPOSAL Bid Item #1: 40 Channel Dual Archive Digital Logging Recorder with Instantaneous Plavback Module Dollars ($ ) Bid Item #2: Installation of Bid Item #1 Dollars (S ) Bid Item #3: Remote PC Work Station with Archive playback and reproducing capability. Dollars {$ ) Bid Item #4: Installation of Bid Item #3 Dollars ($ ) Bid Item #5: Uninterruptable Power source for all affected equipment. Dollars ($ ) Bid Item #6: Installation of Bid Item #5 Dollars ($ ) Bid Item #7: Supplies and Accessories �. 25-Recording Cartridges Dollars ($ ) B. 5-Cleaning Cartridqes Dollars ($ ) C. Tape Storage locker Dollars ($ ) ..,_ . �. J ' y 95~�,Q7: Bid Item #8: Other materials, parts and equipment required to make a complete, operational system and not otherwise included above (provide detail list with pricing). Dollars ($ ) Bid Item #9: Installation of Bid Item #8 Dollars ($ ) Total Bid Items #1, #3, #5, #� and #8 (Equipment) Dollars {$ ) Total Bid Items #2, #4, #6, and ##9 (Installation) Dollars i$ ) Grand Total: Bid items #1 -#9 inclusive Dollars ($ ) Bid Item #10: Annual maintenance agreement including all parts and labor. Attach copy of agreement proposed. Dollars ($ ? Bid item #11: Time and material maintenance agreement. Attach copy of agreement proposed. Hourly Labor Rate $ Qther (Travel, Minimum, Etc.) $ Bid Item #12: Increased capacity instant access hard drives options. Dollars ($ ) Bid Item #13: Spare Modules, Parts and Tools list. Attach detail list and pricing. Dollars ($ ) Page 20 � � ♦ •t 'k 95�1�7 Bid Item #19: Technical Training and Certification of 6 Technicians Dollars (S ) The undersigned acknowledges receipt af the following addenda to the specifications.(Give number and date of each, respectively} Accompanying this proposal is a certified check in the amount 50 of the base bid and all additional alternates payable to the City of 5t. Paul in the amount of $ or a bid bond in the amount of $ , issued by a surety company authorized to do business in the State of Minnesota. In submitting this bid, it is understood that the right is reserved by the City to reject any and all bids and to waive all informalities. Bidder Business Address State of Incorporation By tle Page 21