30
Request for Proposals 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager Santa Cruz Regional 9-1-1 is requesting sealed proposals from firms or individuals to supply and install new 9-1-1 dispatch consoles and remove existing console furniture. Proposals are due no later than 4 P.M. Pacific Standard Time on August 12, 2015. Address Responses To: Santa Cruz Regional 9-1-1 495 Upper Park Rd Santa Cruz, CA 95065 Refer Questions To: Dennis Kidd General Manager [email protected]

9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

Request for Proposals

9-1-1 Dispatch Center Console Replacement

Santa Cruz Regional 9-1-1

June 18, 2015

Dennis Kidd General Manager

Santa Cruz Regional 9-1-1 is requesting sealed proposals from firms or individuals to supply and install new 9-1-1 dispatch

consoles and remove existing console furniture.

Proposals are due no later than 4 P.M. Pacific Standard Time on August 12, 2015.

Address Responses To: Santa Cruz Regional 9-1-1

495 Upper Park Rd

Santa Cruz, CA 95065

Refer Questions To: Dennis Kidd

General Manager

[email protected]

Page 2: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 2

Contents

SECTION 1: RFP AND SELECTION PROCESS ............................................................ 5

1.1 Introduction ......................................................................................................... 5

1.2 Timeline for Selection ........................................................................................... 5

1.3 Questions and Communications ............................................................................. 5

1.4 Proposal Submission ............................................................................................. 6

1.5 Summary of Evaluation ......................................................................................... 7

1.5.1 Proposal Evaluation ........................................................................................... 7

1.5.2 Semi-Finalist Selection ...................................................................................... 8

1.5.3 Customer Reference Checks ............................................................................... 8

1.5.4 Financial Statement Review ............................................................................... 8

1.5.5 Interviews ......................................................................................................... 9

1.5.6 Final Applicant Selection and Contract Negotiations ............................................. 9

1.6 Contract Terms ..................................................................................................... 9

1.6.1 Standard Terms and Conditions .......................................................................... 9

1.6.2 Other Regulations, Codes, and Standards ............................................................. 9

SECTION 2: PROPOSAL ELEMENTS ......................................................................... 10

2.1 Project Plan ........................................................................................................ 10

2.2 Project Documentation ........................................................................................ 10

2.3 Workstation Configuration .................................................................................. 11

2.3.1 Project Documentation ..................................................................................... 11

2.4 Warranty and Maintenance .................................................................................. 11

2.5 General Proposer Information .............................................................................. 11

2.6 References ......................................................................................................... 12

2.7 Project Team Experience ..................................................................................... 12

2.8 Contractors and Subcontractors ............................................................................ 12

2.9 Suppliers ........................................................................................................... 12

2.10 Proposer Cost Summary ................................................................................... 12

2.12 Requirements Matrix ....................................................................................... 12

SECTION 3: GENERAL SPECIFICATIONS FOR CONSOLE FURNITURE ................. 12

3.1 Stability – Function ............................................................................................. 13

3.2 Input Support Surface ......................................................................................... 13

3.3 Monitor Viewing Support .................................................................................... 15

3.4 Support Adjustments ........................................................................................... 16

Page 3: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 3

3.5 Partition Screens ................................................................................................. 16

3.6 Equipment Enclosures ......................................................................................... 17

3.7 Personal Base Storage ......................................................................................... 17

3.8 Personal Stacking Storage.................................................................................... 17

3.9 Stacking Pallets .................................................................................................. 18

3.10 Cable Management Rail ................................................................................... 18

3.11 Materials ........................................................................................................ 18

3.12 Fabric ............................................................................................................. 19

3.13 Electrical Requirements ................................................................................... 19

3.14 Wire and Cable Management ............................................................................ 20

3.15 Environmental Control System ......................................................................... 20

3.16 Wrist Rest ....................................................................................................... 21

3.17 On/Off Task Lighting-Freestanding Supplemental Task lighting .......................... 21

3.18 Experience & References ................................................................................. 22

3.19 Space Planning & Console Specifics ................................................................. 22

3.20 Warranty and Service and Maintenance Agreement ............................................ 22

3.21 Lead Time & Installation.................................................................................. 23

3.22 References ...................................................................................................... 23

SECTION 4: GENERAL TERMS AND CONDITIONS ................................................... 23

4.1 Order of Precedence ........................................................................................ 23

4.2 Contractual Claims .......................................................................................... 24

4.3 Sales Tax ........................................................................................................ 24

4.4 Indemnity ....................................................................................................... 24

4.5 Liability Insurance ........................................................................................... 25

4.6 No Assignment ............................................................................................... 26

4.7 News Release .................................................................................................. 26

4.8 Vendor Commitment ....................................................................................... 26

4.9 Non-Discrimination in Employment .................................................................. 26

4.10 Force Majeure ................................................................................................. 27

4.11 Contractor Registration .................................................................................... 27

4.12 Contractor Responsibilities ............................................................................... 27

4.13 Project Manager .............................................................................................. 28

4.14 System Responsibility ...................................................................................... 28

4.15 Permits, Permissions, and Services .................................................................... 28

4.16 Qualification of Personnel ................................................................................ 28

Page 4: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 4

4.17 Coordination with SCR9-1-1 Operations ............................................................ 29

4.18 Property Damage ............................................................................................. 29

4.19 System Use before Acceptance ........................................................................ 29

4.20 Acceptance Default ......................................................................................... 29

4.21 Change Orders ................................................................................................ 30

4.22 Contract Approval ........................................................................................... 30

APPENDIX A APPENDIX B APPENDIX C

Page 5: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 5

SECTION 1: RFP AND SELECTION PROCESS

1.1 Introduction

In 1996, the County of Santa Cruz, the City of Santa Cruz, the City of Capitola and the City of

Watsonville formed a JPA to combine their individual dispatch centers into one agency. Santa

Cruz Regional 9-1-1 (SCR9-1-1) now provides public safety dispatch services for the County of

Santa Cruz, the City of Santa Cruz, the City of Capitola, the County of San Benito, the City of

Hollister and the City of San Juan Bautista. SCR9-1-1 dispatches six law, 11 fire, and two EMS

agencies. In 2014, Santa Cruz Regional 9-1-1 answered 576,442 telephone calls from 14 dispatch

consoles.

SCR9-1-1 is releasing this Request for Proposal to provide our communications staff with new

console furniture that maximizes configuration options for the end user, and provides an

ergonomically correct environment for the end user to perform their call receiving and

dispatching duties. Furthermore it shall maximize the efficiency of operations within the

Communications Center.

1.2 Timeline for Selection

Listed below are the scheduled milestone dates for the procurement process.

Site Visits* .................................................................June 22 – July 9, 2015

Written Questions about the RFP due ........................July 9, 2015

Responses to Questions Posted ..................................July 23, 2015

Proposals Submission Deadline ................................August 12, 2015 (by 4:00 p.m.)

Proposals opened in SCR9-1-1 Conference room .....August 13, 2015 at 10a.m.

Selected Proposer notified .........................................August 24, 2015 Kickoff meeting

Kick off meeting (conference call) ............................Week of August 31, 2015

Contract negotiations completed................................September 14, 2015

Contract approved by SCR9-1-1 BOD ......................September 24, 2015

The schedule for installation shall be established in contract negotiations

*Site visits may be arranged with Wolff Bloss, Systems Supervisor. Contact Mr. Bloss at (831) 471-1019 or [email protected] to schedule a site visit.

1.3 Questions and Communications

SCR9-1-1 will post all updates, amendments, or modifications to the RFP procedures or content

to its web site (www.scr911.org). Each Proposer is responsible for checking this web site

regularly for any posted changes. SCR9-1-1 will not be responsible for a Proposer’s failure to

monitor this web site.

All communications regarding their RFP from Proposers and other sources must be directed as

follows:

Page 6: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 6

Dennis Kidd, General Manager

Santa Cruz Regional 9-1-1

495 Upper Park Rd

Santa Cruz, CA 95065

831-471-1033

[email protected]

SCR9-1-1 will address questions from Proposers about this RFP. Applicant questions must be

submitted in writing (via email) by July 9, 2015 at 4:00 P.M. PST. Copies of questions relevant

to the RFP process, together with SCR9-1-1’s response, will be posted on SCR9-1-1’s web site

(www.scr911.org) by July 23, 2015.

In order to ensure fair and objective evaluation, all questions related to this RFP should be

emailed directly to Dennis Kidd at [email protected]. Questions must be received by July 9,

2015 to guarantee a response. Questions and responses will be made available to all interested

parties. Contact with SCR9-1-1, their employees, or their consultants is expressly forbidden

without prior written consent.

1.4 Proposal Submission

Firms having the qualifications and experience to perform the necessary services may submit

proposals to:

Dennis Kidd, General Manager

Santa Cruz Regional 9-1-1

495 Upper Park Road

Santa Cruz, CA 95065

(Phone # 831-471-1000)

Proposals may also be submitted in person only at the same address no later than 4 P.M. Pacific

Standard Time on August 12, 2015. Failure to meet the deadline shall result in disqualification

of the proposal without review. Submittals shall include one electronic and one hard copy of the

following:

Pursuant to Sections 1 through 3 of this specification, each proposal should include the following

items:

Project Plan (See Section 2.1)

Project Documentation (See Section 2.2)

Warranty and Maintenance Description (See Section 2.3)

Completed RFP Workbook Tab A – General Information Form, Exhibit A

Completed RFP Workbook Tab B – Reference Information Form, Exhibit A

Completed RFP Workbook Tab C – Project Team Experience Form, Exhibit A

Completed RFP Workbook Tab D – Contractors and Subcontractors Form, Exhibit A

Completed RFP Workbook Tab E – Suppliers Form, Exhibit A

Completed RFP Workbook Tab F – Cost Summary, Exhibit A

Completed RFP Workbook Tab G – Requirements Matrix, Exhibit A

Electronic version of all materials submitted

Page 7: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 7

The Proposer must submit one signed original proposal, along with four copies, and one

electronic copy of the proposal items mentioned above, located on a USB thumb drive. An

authorized representative of the proposal must sign the proposal. The proposals containing

original signatures should be clearly marked “original.”

Hard copies of the proposals should be presented in a professional manner such as spiral bound

or professional grade folder/three ring binder. Foldouts that contain charts, spreadsheets, and

oversized exhibits are permissible. Tabs or other separators should serve to divide major

sections of the proposal. Manuals and other reference documentation may be bound separately.

The Proposer should sufficiently address each item presented in the RFP in accordance with the

instructions contained in the RFP. Proposals must be clear, detailed, succinct, and specific to

SCR9-1-1. Each item should be addressed or SCR9-1-1 may consider the proposal as non-

responsive.

Proposers are reminded that proposals will be considered exactly as submitted. Points of

clarification will be solicited from Proposers at the discretion of SCR9-1-1.

Upon receipt of proposals, each Proposer shall be presumed to be thoroughly familiar with all

specifications and requirements of this RFP. The failure to examine any form, instrument, or

document contained or referenced in the RFP shall in no way relieve Proposers from any

obligation with respect to this RFP.

SCR9-1-1 reserves the right to reject any or all proposals at any time, with or without cause.

1.5 Summary of Evaluation

The outline given below describes SCR9-1-1’s procurement process after the RFP is released.

1.5.1 Proposal Evaluation

SCR9-1-1’s evaluation team will evaluate proposals on a “Best Proposal” basis. While

price is a consideration, the contract may not necessarily be awarded to the Proposer

with the lowest price. “Best Proposal” is defined as the proposal which, in the opinion

of SCR91-1, best serves the interest of SCR9-1-1 as per SCR9-1-1 Policy 420.

SCR9-1-1 will generally utilize the following criteria to assist in selecting the Proposer

with the “Best Proposal.”

Page 8: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 8

Round 1:

Round 2:

SCR9-1-1 reserves its unqualified right to select the Proposer it determines best meets

all of the needs and goals for the communications center and member agencies. The

team, and not any Proposer, is best qualified to make that decision.

1.5.2 Semi-Finalist Selection

After Round 1 scoring, SCR9-1-1 will select up to three semi-finalists to continue with

the evaluation process.

1.5.3 Customer Reference Checks

SCR9-1-1 will perform customer reference checks for each semi-finalist.

1.5.4 Financial Statement Review

Semi-finalists may be required to provide a copy of their most recent financial

statements.

Applicant Qualifications

5%

Functional Requirements

10%

Technical Requirements

10%

Implementation and Transition

10%

Warranty and Maintenance

10%

Cost

15%

Applicant Qualifications

5%

Functional Requirements

10%

Technical Requirements

10%

Implementation and Transition

10%

Warranty and Maintenance

10%

Cost

15%

Interviews 15%

Project Management Experience 10%

Company Stability 5%

Implementation and Transition

Execution of Proposed Project Team

10%

Applicant Qualifications

5%

Functional Requirements

10%

Technical Requirements

10%

Implementation and Transition

10%

Warranty and Maintenance

10%

Cost

15%

Applicant Qualifications

5%

Functional Requirements

10%

Technical Requirements

10%

Implementation and Transition

10%

Warranty and Maintenance

10%

Cost

15%

Page 9: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 9

1.5.5 Interviews

Each semi-finalist will be invited for an on-site interview. SCR9-1-1 will require

Proposer’s proposed project team members to represent Proposer for an interview,

questions, and clarifications on the submitted proposal. Team members may include,

but are not limited to, the proposed project manager, designers, and technical experts.

1.5.6 Final Applicant Selection and Contract Negotiations

SCR9-1-1 will utilize the cumulative scores from the Round 1 and 2 evaluations to

select the Proposer as the finalist with whom SCR9-1-1 will enter into contract

negotiations.

All proposals shall be held available and open for a period of 180 days from the

Proposal Submission Deadline. If negotiations fail with the Finalist for any reason,

SCR9-1-1 may select another Proposer and enter into finalist negotiations.

Upon successful completion of contract negotiations, SCR9-1-1 will submit the

proposed contract to its Board of Directors for approval.

1.6 Contract Terms

Proposers are advised that this procurement is subject to the following terms and conditions:

1.6.1 Standard Terms and Conditions

Proposers are advised that SCR9-1-1expects and understands that the contract with the

selected Proposer will include (but will not be limited to) the Standard Terms and

Conditions as identified in Exhibit A. To the extent that Proposers take exception to any

of these terms or conditions, Proposers shall identify such exceptions in writing as part

of the Proposer’s proposal. Such exceptions may be taken into account by SCR9-1-1 as

part of the evaluation process.

1.6.2 Other Regulations, Codes, and Standards

All work provided by the Contractors during the term of the Contract shall meet or

exceed the latest versions of all applicable standards and state, federal, and local laws,

regulations, codes, ordinances, and the conditions of any required licenses and permits,

including the provisions listed in this section.

The codes referenced below, as well as throughout this document, establish a minimum

level of requirements. In situations where provisions of the various codes or Contract

requirements conflict with each other, the more stringent provision shall govern.

All designs shall adhere to the requirements established in the IEEE Std. 1100-2005 IEEE

and Recommended Practice for Powering and Grounding Sensitive Electronic Equipment

(IEEE ‘Emerald Book’).

American National Standard Institute (ANSI)

National Electrical Manufacturer’s Association (NEMA)

National Fire Protection Association (NFPA)

Underwriters Laboratories (UL) or other Listing Organization

Page 10: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 10

Occupational Safety & Health Administration (OSHA)

National Fire Protection Association (NFPA) #70, most recent edition as adopted

and amended by the authority having jurisdiction (AHJ) as of the date of the

Contract

International Building Code (IBC), most recent edition as adopted and amended

by the AHJ as of the date of the Contract

National Electrical Code (NEC), most recent edition as adopted and amended by

the AHJ as of the date of the Contract

SECTION 2: PROPOSAL ELEMENTS

All proposals submitted in response to this RFP shall contain the following elements, in the

format specified. SCR9-1-1 reserves its right, in its sole discretion, to reject any proposal that

materially fails to include any or all of the requested elements.

2.1 Project Plan

Proposers shall provide a project plan for implementation that outlines their strategy, resources,

and schedule for implementation of the console furniture. This plan must take into consideration

the critical nature of dispatching and that during the transition period dispatch services will be

relocated to an alternate dispatch center. The time of relocation should be kept to a minimum.

The project plan must contain at a minimum the following deliverables:

Development of details SOW

Prototype/Demo of console furniture (Confirmation of configuration and layout)

Finalize Design

Furniture Ordering and Manufacturing

Implementation plan / Transition plan

Removal of existing console furniture

Final Acceptance

2.2 Project Documentation

Proposers shall submit floor plans that meet the needs of SCR9-1-1, as roughly laid out in

Exhibit C. Basic needs are:

Cluster of four consoles with the ability of dispatchers to work closely together in the

center of the room.

Cluster of three consoles with the ability of dispatchers to work closely together in the

center of the room, off set of above.

Two sets of two consoles with the ability of dispatchers to work closely together in the

perimeter of the room.

Total of 15 positions, all of which must be functionally identical to each other.

Page 11: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 11

2.3 Workstation Configuration Proposers are encouraged to visit the site and engage SCR9-1-1 staff on expectations of a new

console arrangement understanding the specific needs of SCR9-1-1, which are difficult to put

into writing. Layout of the space, including measurements, is located in Exhibit B.

The following lists equipment that will need to be installed at each console:

Three PC towers (CAD, Radio, Telephone)

Six 19” monitors (with option of replacing one monitor with a large (55”) monitor for

certain positions for mapping purposes.

Moducom CAM (16x16x2 inches)

Four keyboards

Three mice

Two speakers

Headset base

The following lists equipment that will need to be installed on the consoles, but not necessarily

attached to any particular position

Two fax machines

Six printers

Two 17” and two 19” CCTV Monitors each with a PC Tower

One 30” and one 27” monitor for mapping with a single PC Tower

Two 19” monitors (no PC)

Two keyset type phones (OES and NAWAS)

2.3.1 Project Documentation

1. Console furniture specification documentation.

2. Console furniture User Guides.

3. Console furniture schematics for all cabling, electrical, networking, subsystems

components, grounds, and equipment placement.

4. All certification certificates.

2.4 Warranty and Maintenance

Proposers shall provide a complete description of the Warranty, Repair, and Maintenance

programs for the proposed product. Specify what is covered under warranty and what is not.

Include a copy of your service level agreement that contains response and resolution times.

SCR9-1-1 requests a Warranty of at least five years with Maintenance available for 10 years

after the Warranty period has expired.

2.5 General Proposer Information

Proposers shall provide a completed Exhibit A, Tab A “General Information Form” in the Excel

workbook entitled “Exhibit A”.

Page 12: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 12

2.6 References

Proposers shall provide a completed Exhibit A, Tab B “Reference Form” in the Excel workbook

entitled “Exhibit A”.

2.7 Project Team Experience

Proposers shall provide a competed Exhibit A, Tab C “Project Team Experience” in the Excel

workbook entitled “Exhibit A”.

2.8 Contractors and Subcontractors

Proposers shall provide a completed Exhibit A, Tab D “Contractors and Subcontractors

Information Form” in the Excel workbook entitled “Exhibit A”.

2.9 Suppliers

Proposers shall provide a completed Exhibit A, Tab E “Suppliers” in the Excel workbook

entitled “Exhibit A”.

2.10 Proposer Cost Summary

Proposers shall provide a completed Exhibit A, Tab F “Cost Summary” in the Excel workbook

entitled “Exhibit A”.

2.12 Requirements Matrix

Proposers shall provide a completed Exhibit A, Tab G “Requirements Matrix” in the Excel

workbook entitled “Exhibit A”.

SECTION 3: GENERAL SPECIFICATIONS FOR CONSOLE FURNITURE

Public Safety/9-1-1 Emergency Communication Centers pose unique challenges and demands.

Unlike an office environment, personnel are required to manage multiple monitors and additional

ancillary rack mount electronics. Additionally, Emergency Communications Consoles are

utilized 24 hours per day/ seven days per week by different employees with different physical

sizes and needs. It must be recognized that this user environment will receive at least five times

the use of typical office furniture each year. The life of the console furniture should be no less

than 10 years encompassing over 80,000 hours of use. With this in mind, only console furniture

specifically designed and engineered for Emergency Communication Centers will be acceptable.

Office furniture systems will not be considered. Console should meet ANSI/HFES 100-2007,

ANSI/BIFMA X5.5-1998, Desk Products and ADA guidelines and requirements.

Any deviation from the specification requirements outlined below MUST be submitted in

writing. A “Scope of Deviations” statement is to be provided with the proposal that references

the specification number along with a detailed explanation of the bidder’s lack of compliance,

partial compliance, or alternative method used. The absence of a “Scope of Deviations”

Page 13: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 13

statement will hold the proposing bidder strictly accountable to the specifications as written

herein and may cause the bid to be rejected as non-responsive.

3.1 Stability – Function

3.1.1 The console furniture is designed specifically for 24/7 operations in an

Emergency Communications Center environment.

3.1.2 Console furniture is modular in design for ease of reconfiguration and upgrading.

Technology and personal storage units should have the ability to be field removed

or replaced without deconstruction of the console unit.

3.1.3 Sit-to-stand legs are bolted into the console undercarriage with a footprint

designed to allow maximum stability based on the overall size of the Input

Support Surface. Free standing leg and feet systems will not be acceptable.

3.1.4 There are no obstructions for side-to-side movement by the user within the

console footprint - a critical component in order to provide on-going training of

users and technology. Knee space must be a minimum of 70% of the consoles

overall width.

3.1.5 Horizontal work surfaces are supported by a formed steel sub-frame for maximum

durability.

3.1.6 Must be strong and rigid and able to meet all required standards for furniture

construction per ANSI/BIFMA X5.5-2008, Desk Products.

3.2 Input Support Surface

3.2.1 Must lower to 22” from the floor to accommodate the 5th percentile seated

female per ANSI/HFES 100-2007 Human Factors Engineering of Computer

Workstations 8.3.2.4.3

3.2.2 Must raise to 48” above the floor to accommodate the 95th percentile standing

male per ANSI/HFES 100-2007 Human Factors Engineering of Computer

Workstations 8.3.2.4

3.2.3 Provide infinite adjustment throughout the entire range, a critical function to meet

ergonomic standards and reduce repetitive strain injuries and carpal tunnel

syndrome.

3.2.4 Must be wide enough design to accommodate multiple input devices, such as

keyboards, mice, and writing surface on a level platform. Minimum input

platform surface area of 1200 sq inches.

3.2.5 Must place input devices with primary and secondary work zones to meet

ANSI/HFES 100-2007 Human Factors Engineering of Computer

Workstations 5.2.4.1

Page 14: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 14

3.2.6 Must maintain elbow angles between 70 and 135 degrees to meet ANSI/HFES

100-2007 Human Factors Engineering of Computer Workstations 5.2.1.1

3.2.7 Electronic adjustment must be independent of the monitor support. Other

adjustment methods will be deemed unacceptable.

3.2.8 Adjustment must be controlled through a digital read-out to ensure precise

replication.

3.2.9 Adjustment controls must be mounted in a location that meets ADA standards for

accessibility.

3.2.10 Top mounted adjustment controls will not be deemed acceptable.

3.2.11 Adjustment controls shall have an option for a Wellness function. This is to track

standing usage and encourage users to use the adjustment controls.

3.2.12 Must adjust simultaneously with the monitor support in order to retain relative

positioning between both surfaces when changing from sitting to standing,

allowing quick shifting from sitting to standing work postures.

3.2.13 Must allow adjustment of the line-of-sight (viewing) distance between the eyes

and front surface of the viewable display area within the range of 19" and 31" to

meet ANSI/HFES 100-2007 Human Factors Engineering of Computer

Workstations 5.2.4.2. Entire surface and all environmental controls shall move

with the input surface to maintain the work environment settings.

3.2.14 Static load capacity of 1200 lbs. and an equipment load capacity of 500 lbs to

accommodate all types and quantities of input devices.

3.2.15 Must provide anti-collision software to detect obstacles and prevent damage to

console or equipment.

3.2.16 A minimum safety clearance of 1.25” shall be required between all moving

surfaces, per ANSI-HFES 100-2007 Human Factors Engineering of Computer

Workstations 8.3.1.2

3.2.17 Must utilize welded steel sub-frame system for increased structural integrity.

3.2.18 All cabling required to operate the consoles features must be completely

concealed.

3.2.19 Input surface should have lifting columns integrated into the storage cavities with

no exposed leg sets.

3.2.20 Unobstructed knee clearance in the seated operating position in accordance with

ANSI/HFES 100-2007 Human Factors Engineering of Computer

Workstations 8.3.2.1

Page 15: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 15

3.2.21 Controlled through the use of 24 VDC motors. All components must be UL listed

and CSA certified.

3.2.22 All moveable components of the console shall be designed and tested to at least

40,000 cycle full range adjustments.

3.2.23 Must utilize a dual brake for stability and prevention of binding. Braking system

must lock surface into place when the brake is released.

3.2.24 Surface mounted, user-configurable, user-accessible power and video connections

must be available and accessible from the front of the console. (VGA, HDMI,

Display Port, DVI)

3.2.25 Surface mounted, user-configurable, user-accessible voice and data connections

must be available and accessible from the front of the console. (PS2, RJ12, RJ45

USB, 3.5mm Audio)

3.3 Monitor Viewing Support

3.3.1 Provide adjustment of monitors so that the gaze angle to the center of the screen

ranges between 15° and 20° below horizontal eye level per ANSI-HFES 100-

2007 Human Factors Engineering of Computer Workstations 5.2.4.3

3.3.2 Design accommodates use of up to (6) 21” widescreen LCD flat panel monitors

on a single tier, and up to (12) 21” widescreen LCD flat panel monitors in a

stacked configuration, with independent angle adjustment. Array should allow for

concurrent focal depth movement of at least four monitors at once.

3.3.3 Adjustment must be controlled through a digital read-out to ensure precise

replication.

3.3.4 Adjustment controls must be mounted in a location that meets ADA standards for

accessibility.

3.3.5 Top mounted adjustment controls will not be deemed acceptable.

3.3.6 Controlled through the use of 24 VDC motors. All components must be UL listed

and CSA certified.

3.3.7 Must be independently adjustable in relation to the Input Support Surface.

3.3.8 All moveable components of the console shall be designed and tested to at least

40,000 cycle full range adjustments.

Page 16: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 16

3.4 Support Adjustments

3.4.1 Adjustment speed shall not be less than 1.25” per second and not greater than 1.5”

per second.

3.4.2 Adjustment must be controlled through a digital read-out to ensure precise

replication.

3.4.3 Adjustment controls must be mounted in a location that meets ADA standards for

accessibility.

3.4.4 Top mounted adjustment controls will not be deemed acceptable.

3.4.5 Lifting system must operate quietly. Max sound level of 50db.

3.5 Partition Screens

3.5.1 Frame components must be constructed of 14-gauge cold rolled steel.

3.5.2 Steel frame components must be bolted together in four places minimum for

maximum strength and durability.

3.5.3 All steel components must be powder coated for durability. Enamel paint is not

sufficiently durable and will not be acceptable.

3.5.4 External Screen components must available in a perforated steel acoustical

material.

3.5.5 External Screen components must be available in abrasion resistant fabric

covering.

3.5.6 Internal Screen materials must have a NRC rating of at least .80 to help reduce

ambient noise levels.

3.5.7 Internal components must be consist of environmentally safe, 100% recycled

materials

3.5.8 Must be integral to the furniture construction. Freestanding panels will be deemed

unacceptable.

3.5.9 Screen/partition system must be within the console footprint to maximize floor

space.

3.5.10 All fasteners must be completely concealed.

3.5.11 Screening system as a whole must be tested in an independent laboratory and

have an acoustical NRC rating of .75 or greater.

3.5.12 All components must be field replaceable.

3.5.13 Must be available in 42”, 48”, 54” and 60” heights.

Page 17: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 17

3.5.14 Must be available with a 12” glass upper section to help maintain sight lines.

3.6 Equipment Enclosures

3.6.1 Enclosures must be accessible from both the front and the rear

3.6.2 Enclosures must be external from the primary work surface.

3.6.3 Must be available in 18” and 26” heights.

3.6.4 Must be available in 30”, 42” and 50” widths.

3.6.5 Must be available in 15” and 24” depths.

3.6.6 Enclosures must be stackable to allow additional technology storage or personal

storage with taking up additional floor space.

3.6.7 Rear access doors must offer cooling by a minimum of two each 50 CFM axial

cooling fans.

3.6.8 Front access doors must utilize a vented plenum system to draw cool air into the

enclosure.

3.6.9 All equipment enclosures must utilize an active cooling system to ensure

technology performing at optimum temperature.

3.6.10 Cooling system must feature an active cooling system. This ensures proper

cooling without the need to have the cooling fans run continuously.

3.6.11 An option for enclosure illumination must be available.

3.6.12 Must incorporate a horizontal cable management system.

3.7 Personal Base Storage

3.7.1 Must be available in 18” and 26” heights.

3.7.2 Must be available in 30”, 42” and 50” widths.

3.7.3 Must be available in both 15” and 24” depths.

3.7.4 Must be available in single and dual sided configurations.

3.7.5 Must be available in Combination (open, drawer and door), lateral file, open

bookcase and closed door configurations.

3.7.6 Enclosures must be stackable to allow additional technology storage or personal

storage without taking up additional floor space.

3.8 Personal Stacking Storage

3.8.1 Must be available in 22”, 28”, 30”, 34”, 36” and 42 heights. Height of the cabinet

is to correspond with the height of the Partition Screen.

Page 18: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 18

3.8.2 Must be available in 20”, 30”, 42” and 50” widths.

3.8.3 Must be available in both 15” and 24” depths.

3.8.4 Must be available in single and dual sided configurations.

3.8.5 Must be available in Combination (open, drawer and door), open bookcase and

closed door configurations.

3.9 Stacking Pallets

3.9.1 Must be available in 8” and 12” heights.

3.9.2 Must be available in 20”, 30”, 42” and 50” widths.

3.9.3 Must be available in both 15” and 24” depths.

3.9.4 Must be cable ready to allow the placement of electrical components. Must

include grommet pass through and monitor support mounting location.

3.10 Cable Management Rail

3.10.1 Wood parts are constructed of 45 lb. density 1-1/8” thick wood core material,

pressure bonded with a high-pressure laminate surface on both sides.

3.10.2 All steel components must be powder coated for durability. Enamel paint is not

sufficiently durable and will not be acceptable.

3.10.3 Internal cable management channels must offer separate, isolated routing for both

power and data cabling.

3.10.4 Internal cable management must be able to contain a minimum of 80 each Cat-6

cables and nine each 1” flexible conduit.

3.10.5 Management channel must contain fastening points to prevent an unintentional

movement of cabling.

3.10.6 Cable management rail must have a locking option to prevent unauthorized

personnel access to internal cabling.

3.10.7 Must be available in both Single and Dual sided configurations to allow

maximum flexibility.

3.11 Materials

3.11.1 Storage Enclosures

3.11.1.1 Wood parts are constructed of 45 lb. density 1-1/8” thick wood core

material, pressure bonded with a high-pressure laminate surface on

both sides.

Page 19: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 19

3.11.2 Surfaces

3.11.2.1 All monitor and input surfaces are 45 lb. density, 3/4” thick wood

core material, pressure bonded with a high-pressure horizontal grade

laminate top and sealing horizontal grade backing sheet of laminate

on the underside to prevent deflection.

3.11.3 Edge Material

3.11.3.1 All storage units and pedestals must use a 1.5mm thick thermoplastic

vinyl extrusion with self-healing properties for maximum durability.

3.11.3.2 All Input Support Surfaces must use a 3mm thick thermoplastic vinyl

extrusion with self-healing properties for maximum durability. Must

have a minimum of a 3mm radius on front edge. ANSI/HFES 100-

2007 Human Factors Engineering of Computer Workstations 8.3.1.4

3.11.4 Laminates

3.11.4.1 High pressure laminate meets ANSI/ASME A 17.1; 1986

requirements for Class “B” laminate and ASTM D523-89, providing

a non-glare matte finish.

3.11.4.2 All monitor and input surfaces are .0625” thickness horizontal grade

laminate on the top surface, and on the backing sheet, all to prevent

deflection.

3.11.4.3 Thermally fused laminate meets NEMA LI-1-1998. Low pressure

laminate is not acceptable.

3.12 Fabric

3.12.1 Abrasion resistance at a minimum meets ASTM D-3597 MVPTS-198 standards.

3.12.2 Flammability requirements adhere to ASTM E-84 (Tunnel Test) or Class A or 1

and the State of California Technical Bulletin 117 Sec. E (SC-191-53).

3.12.3 Fabric is made from 100% recyclable materials.

3.12.4 Powder Coat

3.12.4.1 Must meet ASTM D3359-09 adhesion standard for durability.

3.12.4.2 Must meet PCI #8 Solvent Cure Test for durability.

3.13 Electrical Requirements

3.13.1 Each console will have a minimum of (2) Power Distribution Units (PDU). Single

phase 20A 120V. Each PDU Unit must provide (13) NEMA 5-20R outlets and a

NEMA 5-20P input. PDU unit must include a 15 foot cord. PDU must be UL

listed and CSA rated.

Page 20: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 20

3.13.2 Total power draw for an individual console will not exceed 12.9 amps. Total draw

includes console lifting system and all environmental controls.

3.14 Wire and Cable Management

3.14.1 Must include two cable access drops with energy chains for vertical cable

management from Input Support Surface to equipment enclosures.

3.14.2 Must include energy chains for vertical cable management from Monitor Support

to Input Support Surface

3.14.3 Must include energy chains for horizontal cable management between moving

surface and fixed surface.

3.14.4 A quick connect user-accessible interface with accommodations for up to 10

configurable ports must be available and must include full kits, including ports,

jacks and cables for: USB-A, PS/2, RJ45, RJ11/12 and 3.5mm stereo audio

connection kits. The quick connect interface base unit must also provide cable

management for the equipment it serves, and the console infrastructure must

support cable management from the user’s position to the CPUs inside the

console.

3.14.5 Must provide a horizontal cable raceway for long cable runs.

3.14.6 Horizontal cable raceway must be easily accessible and allow drop-in cable runs.

3.14.7 Cables routed within a furniture panel system will not be acceptable.

3.15 Environmental Control System

3.15.1 Control Panel

3.15.1.1 Control panel for all environmental settings (task lighting, heating

controls, and air distribution) must be an integral part of the user

interface.

3.15.1.2 Must utilize a smooth face design for easy cleaning and sanitizing.

3.15.1.3 Height for both the Monitor Support and Input Support Surface shall

include separate digital read-outs to ensure total replication of console

positioning for all employees. Digital readout for Input Support

Surface shall display inches from the floor.

3.15.1.4 Controls for both the Monitor Support and Input Support Surface

must be flush with the surface.

3.15.2 ADA Compliance

Page 21: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 21

3.15.2.1 System must offer an optional electronic adjustment control located

within reach of a wheelchair to meet ADA requirements.

3.15.3 Air Distribution

3.15.3.1 System shall offer user-adjustable fans for circulating filtered air,

with a minimum of two speed settings.

3.15.3.2 Fans shall be incorporated into the furniture design, providing

maximum individualized control within the users primary work zone.

3.15.4 Lighting Levels

3.15.4.1 System shall provide indirect ambient lighting.

3.15.4.2 System shall provide flexible gooseneck style task lighting to allow

proper placement of light over work area.

3.15.4.3 Lighting shall be mechanically fastened to console to prevent

removal. Lights should be removable for maintenance.

3.15.4.4 System shall use integrated 12VDC LED lighting solutions.

3.15.5 Personal Heating

3.15.5.1 System shall provide two ceramic forced heating sources located

under the Input Support Surface. Rated for 400 watts total.

3.15.5.2 Floor mounted heating solutions will not be acceptable.

3.15.6 Power Requirements

3.15.6.1 115 VAC, 60Hz

3.15.6.2 15 ft. power cord with 3-prong plug

3.15.6.3 0.3 amperes minimum draw, 6.0 amperes maximum draw

3.16 Wrist Rest

3.16.1 An option for a wrist rest made of gel material shall be available. Wrist rest

shall be completely washable.

3.17 On/Off Task Lighting-Freestanding Supplemental Task lighting

3.17.1 Shall feature a 3-point articulating arm that swivels 120-degrees and provides a

180-degree tilt for maximum light control.

Page 22: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 22

3.17.2 Shall be mountable to the Input Support Surface using a grommet mount or

directly to the Monitor Support rail.

3.17.3 Shall provide approximately 50,000 hours of lamp life.

3.17.4 Color temperature shall not exceed 3,800K.

3.17.5 Shall have a 3-lever dimmer to adjust illumination.

3.18 Experience & References

3.18.1 The manufacturer and console furniture being proposed must have a proven

record of product longevity and customer service in a 24-hour operating

environment of public safety dispatch centers, specifically of similar size to this

request.

3.18.2 Only companies with a minimum of 15 years experience in designing,

manufacturing, and servicing ergonomic console furniture will be considered.

3.18.3 Bidder must be the manufacturer of all major components such as work

surfaces, console panels, structural system and environmental controls.

3.18.4 Provide references within a 25 mile radius experienced in maintaining a public

safety 24/7 working environment.

3.19 Space Planning & Console Specifics

3.19.1 Perspective drawings shall be required in the submittal with dimensions of

height, width, and depth in order to determine compliance with the

specifications.

3.19.2 All accessories being proposed shall be shown in drawings.

3.19.3 Customer provided electronics such as monitors, telephones, keyboards, mice,

etc. shall be shown, to scale, in the 3-dimensional/perspective drawings.

3.20 Warranty and Service and Maintenance Agreement

3.20.1 Three year coverage for all product, delivery, and installation. Absolutely no

costs associated with replacement or repair of any portion of the product or

installation will be passed on to the customer during the first three years of

warranty.

3.20.2 Lifetime warranty on all structural components. After three years, labor and

installation expenses associated with product replacement under the warranty

will be assessed on a case by case basis. Products not covered for life include:

Electrical components

Page 23: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 23

Monitor Arms

Input platform mechanism

3.20.3 An optional service and maintenance agreement can be quoted upon request to

eliminate labor and installation expenses associated with product replacement

under the warranty after the initial 3-year period. The Optional Service and

Maintenance Agreement would cover:

Installation beyond initial 3 year warranty period

Scheduled visits to inspect all product

3.21 Lead Time & Installation

3.21.1 Time is of the essence. Provide lead times from date of order to final installation

at each location.

3.21.2 Shipping shall be direct to the facility, inside delivery, unless otherwise noted.

3.21.3 Only the manufacturer’s factory installers or their trained and authorized

designees experienced with the working environment of a public safety dispatch

center shall assemble and install the console furniture. Documentation must be

provided for installation foreman.

3.21.4 A post-installation walkthrough shall be required with the installation foreman

in order to ascertain full compliance to the floor plan, console design, and

materials specified.

3.21.5 Training is required for use of ergonomic functions and technical access,

provide a detailed plan for training all employees using the console furniture

and for technicians installing and maintaining customer provided equipment

3.21.6 User manuals must be provided.

3.22 References

3.22.1 ANSI/HFES 100-2007 Human Factors Engineering of Computer Workstations

3.22.2 ANSI/BIFMA X5.5-2008, Desk Products

SECTION 4: GENERAL TERMS AND CONDITIONS

4.1 Order of Precedence

Incorporated by reference into the contract which is to be entered into by SCR9-1-1 and

the successful Proposer pursuant to this RFP shall be: (1) all of the information presented

in or with this RFP and the Proposer’s response thereto; and (2) all written

communications between SCR9-1-1, its agents, and the successful Proposer after the date

Page 24: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 24

of the RFP. These documents shall include, but not be limited to, the following, in order

of precedence:

A. Contract, including negotiated technical points

B. Written Clarifications (Formal Requests for Clarification and responses)

C. Compliance Statements (Point-by-Point Response to RFP)

D. RFP Addenda

E. RFP

F. Proposal amendment

G. Proposal

H. Vendor terms and conditions included in Proposal

4.2 Contractual Claims

Contractual claims, whether for money or other relief, shall be submitted in writing to

Dana McRae, 701 Ocean Street, Santa Cruz, CA 95060, no later than 60 calendar days

after final payment; however, written notice of the Proposer’s intention to file such claim

shall have been given at the time of the occurrence or beginning of the work upon which

the claim is based.

For good cause and as consideration for executing this contract, the Proposer acting

herein by and through the person signing this Proposal on behalf of the Proposer as duly

authorized agent, hereby conveys, sells, assigns, and transfers to SCR9-1-1 all rights, title

and interest in and to all causes of action it may now or hereafter acquire under the

anti-trust laws of the United States and the state of California, relating to the particular

goods or services purchased or acquired by the SCR9-1-1.

4.3 Sales Tax

The purchaser, SCR9-1-1, is not exempt from California state sales and use taxes. The

Proposal shall include all taxes and fees applicable. The Sales Tax Rate for the City of

Santa Cruz is currently 8.75%. The tax rate should be verified by Proposer prior to

submitting the Price Proposal.

4.4 Indemnity

The Proposer and its agents shall indemnify and save harmless SCR9-1-1, its officials

and employees from all losses, claims, demands, payments, suits, actions, recoveries, and

judgments of every nature and description brought or recoverable against SCR9-1-1 or by

reason of any act or omission of the Proposer, its agent, or its employees, in the execution

of the work or in consequence of any negligence or carelessness in guarding the same,

including all liability for, or growing out of any infringement of letter patent or copyright

of the United States, in respect to the normal use of the proposed and installed system.

The representative for SCR9-1-1 will promptly give the Proposer notice of any such

claim.

The successful Proposer shall assume all risk and bear any loss or injury to the property

or persons occasioned by neglect or accident during the progress of work until the same

shall be completed and accepted. The Proposer shall also assume all blame or loss by

Page 25: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 25

reason of neglect or violation by its agents or its employees of any state or federal law,

city or county code, or municipal rule regulation, or order. The Proposer shall give to the

proper authorities all required notices relating to the work, and shall be responsible for

ensuring all official construction permits and licenses are obtained prior to beginning of

work. The representative for SCR9-1-1 will sign permit requests as required and as

submitted by the Proposer. The Proposer shall make good any injury that may have

occurred to any adjoining building, structure, or utility in consequence of this work.

4.5 Liability Insurance

The successful Proposer shall carry public liability insurance in the amounts specified

below, and shall deliver a Certificate of Insurance to SCR9-1-1 with 30 calendar day

cancellation notice provision from carriers acceptable to SCR9-1-1 and licensed to do

business in the County of Santa Cruz and the State of California. The certificate shall be

delivered in conjunction with delivery of the executed contract to SCR9-1-1.

A. Worker’s Compensation and Employer’s Liability

Coverage A - Statutory Requirements

Coverage B - $100,000 per Occurrence

Coverage C - $100,000 Accident and/or Disease

All States Endorsement

B. Automobile Liability, Including Owner, Non-Owner and Hired Car Coverage

Limits of Liability

Bodily Injury: $250,000 each person

$250,000 each occurrence

Property Damage: $250,000 each occurrence

OR

Single Limit $500,000 each occurrence

Bodily Injury

Property Damage

C. Comprehensive General Liability

Limits of Liability

Bodily Injury $500,000 each occurrence

$500,000 annual aggregate

Property Damage $500,000 each occurrence

$500,000 annual aggregate

OR

Page 26: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 26

Single Limit $1,000,000 each occurrence

Including:

1. Completed Operations/Products

2. Contractual Liability

3. Personal Injury

4. Broad Form Property Damage

4.6 No Assignment

Assignment by the successful Proposer to any third party of any contract based on this

RFP or any monies due shall be absolutely prohibited and will not be recognized by

SCR9-1-1 unless approved by the representative of SCR9-1-1 in writing. Approval will

not be unreasonably withheld.

4.7 News Release

The Proposer shall at no time make any news or advertising releases pertaining to this

RFP for any purpose without the prior written approval of the General Manager of

SCR9-1-1.

4.8 Vendor Commitment

The Proposer shall maintain and upgrade the operational software and hardware at its

most recent revision level for the term of the contract with SCR9-1-1 pursuant to this

RFP. There shall be no requirement on SCR9-1-1's part to incorporate any new features.

Any change shall have minimal impact on system operations, or the cost shall be

assumed by the Proposer.

4.9 Non-Discrimination in Employment

By signing this Proposal, the Proposer certifies that it does not and will not during the

performance of this contract knowingly employ illegal alien workers or otherwise violate

the provisions of the Federal Immigration Reform and Control Act of 1986.

During the performance of this contract, the Proposer shall be governed by all applicable

state and federal regulations, and agrees as follows:

A. The Proposer will not discriminate against any employee or applicant for

employment because of race, religion, color, sex or national origin. The Proposer

agrees to post in conspicuous places, available to employees and applicants for

employment, notices setting forth the provisions of this non-discrimination clause.

B. The Proposer, in all solicitations or advertisements for employees placed by or on

behalf of the Proposer, will state that such subcontractor is an equal opportunity

employer.

Page 27: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 27

C. Notices, advertisements and solicitations placed in accordance with federal law,

rule or regulation shall be deemed sufficient for the purpose of meeting the

requirements of this section.

D. The Proposer will include the provisions of the foregoing paragraphs A, B, and C

in every subcontract or purchase order of over $10,000, so that the provisions will

be binding upon each subcontractor or vendor.

E. The Authority also encourages the good faith effort by contractors,

suppliers and vendors to sub-contract and procure from small

minority, disabled-owned and women contractors, suppliers and

vendors.

4.10 Force Majeure

Neither party will be liable to the other for any failure or delay in rendering performance

arising out of causes beyond its reasonable control and without its fault or negligence.

Such causes may include, but are not limited to acts of God or the public enemy, fires,

floods, epidemics, quarantine restrictions, strikes, freight embargoes and unusually severe

weather; but the failure or delay must be beyond reasonable control and without fault or

negligence. If the Proposer’s failure to perform is caused by the default of a

subcontractor, and if such default arises out of causes beyond the reasonable control of

both the Proposer and subcontractor, and without the fault or negligence of either of

them, the Proposer shall not be liable for any excess costs for failure to perform, unless

the equipment or services to be furnished by the subcontractor were obtainable from

other sources in sufficient time to permit the Proposer to meet the required delivery

schedule. Dates or time of performance will be extended to the extent of delays excused

by this section, provided that the party whose performance is affected notifies the other

promptly of the existence and nature of such delay.

4.11 Contractor Registration

The Proposer and all firms performing work on behalf of the Proposer shall have all

necessary federal, state and local licenses, and remain licensed though the completion of

the work.

4.12 Contractor Responsibilities

The Proposer shall be considered the Prime Contractor and shall assume total

responsibility for delivery, installation, acceptance, and warranty of all hardware,

software, and engineering and support services offered in the Proposal, whether or not the

Proposer is the manufacturer, producer, author or supplier of them.

The Proposer shall be the sole point of contact with regard to all contractual matters,

including the performance, service, and payment of any and all charges resulting from the

lease and installation of the entire system configuration, and all other services performed.

Failure to meet these obligations shall result in the cancellation of any contracts.

Page 28: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 28

4.13 Project Manager

A single person shall be designated by the Proposer as Project Manager to be the primary

source of contact between SCR9-1-1 and the Proposer. The Project Manager, as a

member of the Project Team, shall bear full responsibility for supervising and

coordinating the installation of the proposed system.

Within 15 working days after execution of the contract, the Proposer shall advise

SCR9-1-1 of the name, address and office and home telephone numbers of the Proposer's

designated Project Manager.

Any changes in the Proposer’s designated Project Manager shall be made only with prior

written approval by SCR9-1-1.

4.14 System Responsibility

The Proposer shall be responsible for verifying the completeness and suitability of all

work or equipment proposed for this system. The Proposer shall provide any additional

equipment or labor required in order to meet these specifications, without claim for

additional payment, it being understood that a complete operating system is required.

The Proposer shall be responsible for designing, furnishing, and installing all required

interfaces with existing systems and equipment, as well as such interfaces that might be

specified in the system specification, unless such interfaces are specifically excluded or

ascribed to others in this specification. The Proposer shall be obligated to provide a

system that meets all guarantees in the Proposal for the price contained therein.

4.15 Permits, Permissions, and Services

The Proposer or its agent shall be responsible for obtaining any local, state, or federal

permits, licenses and approvals necessary to implement this project.

All fees and costs associated with facility permits, permissions, and services shall be the

responsibility of the Proposer without cost to SCR9-1-1, unless specifically noted

elsewhere.

4.16 Qualification of Personnel

Personnel shall have the appropriate training, experience, and certifications to complete

assigned tasks. The Proposer shall be responsible for oversight of all personnel including

subcontractors.

4.16.1 Compliance with CJIS Security Policy

Personnel assigned to work on site at SCR9-1-1 shall have been screened by Proposer

and be certified to be compliant with CJIS Security Policy section 5.12.1.1.9 provisions

regarding unescorted access to a physically secure area (the Communications Center)

Page 29: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 29

4.17 Coordination with SCR9-1-1 Operations

The Proposer shall coordinate all work with SCR9-1-1’s operating and scheduling

requirements. This may require the Proposer to perform specific elements of the work

(such as cutovers, installation of non-fixed equipment, etc.) during periods outside SCR9-

1-1’s peak working hours.

4.18 Property Damage

The Proposer shall be responsible for any loss or damage to property caused by his

operations or personnel. Damages will be settled with the owner of the property by the

Proposer in the company of an agent of SCR9-1-1. The Proposer shall submit a signed

damage release for all sites concerned within 20 days after cutover.

4.19 System Use before Acceptance

SCR9-1-1 is planning to accept the new system in total, and not use any part of that

system prior to acceptance. Acceptance shall be on a system basis only. There shall be

no “conditional acceptance” of any portion of the system.

It may become necessary however, because of unplanned events, for SCR9-1-1 to use a

part or all of the system or a subsystem. Such use shall not constitute acceptance unless it

continues for 30 consecutive days. The Proposer will be entitled to seek relief from any

damages for delays which result from such unplanned use of the system or subsystems.

4.20 Acceptance Default

Should specific devices or subsystems fail to meet specifications during the acceptance

tests, SCR9-1-1 may, at its option, elect one of the following procedures:

A. The Proposer shall repair the equipment and retest that device or subsystem later

in the test sequence.

B. The Proposer shall retest the device or subsystem at a later date and submit the

results to SCR9-1-1 for approval.

In the event that devices, subsystems, or systems fail to meet specifications upon retest,

or in the event that multiple devices or subsystems fail during any individual test

sequence, SCR9-1-1 may, at its agent’s option, terminate the test sequence for

rescheduling at a later date.

In the event that the Proposer has provided notice that work is complete and the system or

subsystem is available for inspection or acceptance testing, and then at the appointed hour

and place for inspection or testing, it is determined that the system or subsystem is not

complete or ready for testing, and the Proposer has not provided five days notice of

change in schedule, then the system or subsystem will be considered to be in

“Acceptance Default.”

Page 30: 9-1-1 Dispatch Center Console Replacement · 9-1-1 Dispatch Center Console Replacement Santa Cruz Regional 9-1-1 June 18, 2015 Dennis Kidd General Manager . Santa Cruz Regional 9-1-1

S a n t a C r u z R e g i o n a l 9 - 1 - 1 C o n s o l e R e p l a c e m e n t R F P

Page 30

In the event of termination and rescheduling of any test for failure to meet specifications,

or of re-inspection or re-testing of a system that has been placed in “Acceptance Default,”

any additional costs due to the rescheduling shall be borne by the Proposer.

4.21 Change Orders

A separate change request must be completed for each requested change. Change orders

shall not become binding until agreed to by the Project Team and signed by the Chair of

SCR9-1-1 and the Proposer. The change order will then be incorporated as an official

change to the project.

4.22 Contract Approval

SCR9-1-1’s obligation will commence when the SCR9-1-1 Board of Directors approves

the contract. Upon written notice to the Proposer, SCR9-1-1 may set a different contract

starting date, and all warranties and price guarantees, and other time sensitive conditions

will be adjusted accordingly. SCR9-1-1 will not be responsible for any work done by the

Proposer, even work done in good faith, if it occurs prior to the contract start dates set by

SCR9-1-1.