keyboard enterable version of r1137908p1 (doc) · web viewin the event the vendor does not indicate...

121
Rev 6.4.13

Upload: vonhan

Post on 26-May-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Table of ContentsProcurement Authority.........................................................................................................................4Project Funding Source........................................................................................................................5Scope of Service...................................................................................................................................5Submittal Instructions..........................................................................................................................5

Required Forms..................................................................................................................................7For Additional Project Information Contact:........................................................................................8

Evaluation Process...............................................................................................................................8Review Responses.............................................................................................................................9Evaluation Criteria.............................................................................................................................10Cone of Silence.................................................................................................................................11Demonstrations.................................................................................................................................11Presentations....................................................................................................................................11Pricing...............................................................................................................................................12Negotiation and Award......................................................................................................................12Public Art and Design Program.........................................................................................................12Posting of Solicitation and Proposed Contract Awards.....................................................................12Vendor Protest..................................................................................................................................13Rejection of Responses....................................................................................................................14Public Records and Exemptions.......................................................................................................14Copyrighted Materials.......................................................................................................................14Local Preference...............................................................................................................................15State and Local Preferences.............................................................................................................15Right of Appeal..................................................................................................................................15Negotiations......................................................................................................................................15Projected Schedule...........................................................................................................................16

Responsiveness Criteria....................................................................................................................17Definition of a Responsive Proposer:................................................................................................17

1. Domestic Partnership Act...................................................................................................172. Bond Requirements............................................................................................................173. Joint Venture Enterprises....................................................................................................184. Lobbyist Registration - Certification....................................................................................18

Responsibility Criteria........................................................................................................................18Definition of Responsible Proposer...................................................................................................18

1. Office of Economic and Small Business Development Program........................................192. Financial Information...........................................................................................................193. Litigation History..................................................................................................................194. Authority to Conduct Business in Florida............................................................................195. Employment Verification Program (E-Verify)......................................................................20

Evaluation Criteria..............................................................................................................................20Project-Specific Criteria.....................................................................................................................20Company Profile................................................................................................................................22Legal Requirements..........................................................................................................................26Tiebreaker Criteria............................................................................................................................30

Rev 6.4.13

Required Forms to be Returned........................................................................................................33Attachment “E” - Vendor’s List (Non-Certified Subcontractors and Suppliers Information)...........34Attachment “F” - Domestic Partnership Certification.......................................................................35Attachment “G” - Lobbyist Registration – Certification....................................................................36Attachment “I” - Litigation History...................................................................................................37Attachment “J” - Insurance Requirements......................................................................................38Attachment “K” - Cone of Silence Certification................................................................................39Attachment “M” - Drug Free Workplace Policy Certification...........................................................40Attachment “N” - Non-Collusion Statement Form...........................................................................41Attachment “O” - Scrutinized Companies List Certification.............................................................42Attachment “P” - Local Vendor Certification....................................................................................43Attachment “Q” - Volume of Work Over Five Years........................................................................44Attachment “T” - Pricing Sheets......................................................................................................45

Exhibits................................................................................................................................................46Exhibit - 1 - Detailed Scope of Work...............................................................................................47Exhibit - 2 - Standard Contract Language.......................................................................................78

Balance of Page Left Blank Intentionally

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Request for Proposals (RFP)RFP Number: R1137908P1

RFP Name: Next Generation Computer Aided Dispatch System

Procurement AuthorityUnchecked boxes do not apply to this solicitation.

Pursuant to the Broward County Procurement Code, the Broward County Commission invites qualified firms to submit Proposals for consideration to provide services on the following project:

Standard Request for Proposals

Construction General Contractor: Two-Step Process - (Step 1) Issue RFP to Short list firms - (Step 2) Issue Invitation for Bids to Shortlisted firms to obtain bids

Establish Library of Firms for Services

Pursuant to the Broward County Procurement Code, the Broward County Commission invites qualified firms to submit Proposals for consideration to provide Construction Manager at Risk Services on the following project.

Standard Construction Manager at Risk

Construction Manager at Risk (Modified): Two Step Process - (Step 1) Issue RFP to Short list firms (Step 2) Issue Invitation for Bids to Shortlisted firms to obtain bids

Pursuant to Florida Statutes, Chapter 287.055 (Consultants’ Competitive Negotiation Act), the Broward County Commission invites qualified firms to submit Proposals for consideration to provide Professional Consulting Services on the following project.

Non-Continuing Contract: (Check only one box)

Professional services needed for a construction project where the construction costs exceed $ 325,000

Professional services needed for a planning or study activity where the fee for the professional services exceed $ 35,000

Continuing Contract :( Check only one box)

Professional services needed for projects in which construction costs do not to exceed $2 million

Professional services needed for study activities when the fee for such professional service does not exceed $ 200,000

Professional services needed for work of a specified nature

Design-Build: (Check only one box)

Qualification - Based with a Guaranteed Maximum Price and a Guaranteed Completion Date

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Project Funding SourceThis project is funded in whole or in part by:

   Federal Funds:                ARRA Funds                FTA  Funds                FAA Funds                Other ( )

Grant Funds:                Source of Grant Funds ( )

State Funds

County Funds

X

Scope of ServiceThe purpose of this project is to replace Broward County’s Motorola Computer Aided Dispatch (CAD) system originally brought online in November 1994 with a new SQL-based “next generation” CAD mission-critical application system software using Open Source standards and related hardware.

See Exhibit “1” – Detailed Scope of Work

Submittal InstructionsUnchecked boxes do not apply to this solicitation.

Only interested firms from the Sheltered Market may respond to this solicitation.

This solicitation is open to the general marketplace.

Interested firms may supply requested information in the “Evaluation Criteria” section by typing right into the document using Microsoft Word. Firms may also prepare responses and any requested ancillary forms using other means but following the same order as presented herein.

Submit ten (10) CDs, containing the following files: CD or DVD discs included in the submittal must be finalized or closed so that no changes can be made to the contents of the discs.

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

IT IS IMPORTANT THAT EACH CD BE LABELED WITH THE COMPANY NAME, RFP NUMBER AND TITLE, AND THEN PLACED IN AN INDIVIDUAL DISC ENVELOPE.

1. A single PDF file that contains your entire response with each page of the response in the order as presented in the RFP document, including any attachments.

2. Responses to the Evaluation Criteria questions are to be provided in the following formats: 

a. Microsoft Word for any typed responses. b. Microsoft Excel for any spreadsheets

Submit five (5) total printed copies (hard copies) of your response. It is the responsibility of each firm to assure that the information submitted in both its written response and CDs are consistent and accurate. If there is a discrepancy, the information provided in the written response shall govern.

This is of particular importance in the implementation of the County's tiebreaker criteria. As set forth in Section 21.31.d of the Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the firm's response to the solicitation. Therefore, in order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the written submittal.

Balance of Page Left Blank Intentionally

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Required FormsThis Request for Proposal requires the following CHECKED forms to be returned:(Please initial each Attachment being returned)

Documents submitted to satisfy responsiveness requirement(s) indicated with an (R) must be attached to the RFP submittal and returned at the time of the opening deadline.

Verification of return (Please Initial)

Attachment A Proposers Opportunity List Removed – Not Included

Attachment B Letter of Intent (CBE) Removed – Not Included

Attachment D Application For Evaluation Removed – Not Included

of Good Faith Effort

Attachment B Letter of Intent (DBE) Removed – Not Included

Attachment D DBE Unavailability Report Removed – Not Included

Attachment E Vendor’s List (Non-Certified Subcontractors and Suppliers Information) _________________

Attachment F Domestic Partnership Certification(R) _________________

Attachment G Lobbyist Registration – Certification(R) _________________

Attachment H Employment Eligibility VerificationProgram Contractor Certification Removed – Not Included

Attachment I Litigation History _________________

Attachment J Insurance Requirements _________________

Attachment K Cone of Silence Certification _________________

Attachment L Living Wage Ordinance Removed – Not Included

Attachment M Drug Free Workplace Policy Certification _________________

Attachment N Non-Collusion Statement Form _________________

Attachment O Scrutinized Companies List Certification _________________

Attachment P Local Vendor Certification _________________

Attachment Q Volume of Work Over Five Years _________________

Attachment R Proposal Bond Removed – Not Included

Attachment S Certificate As To Corporate Principal Removed – Not Included

Attachment T Pricing Sheets _________________

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Send all requested materials to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301RE: RFP Number: R1137908P1

The Purchasing Division must receive submittals no later than 5:00 pm on September 30, 2013. Purchasing will not accept electronically transmitted, late, or misdirected submittals. If fewer than three interested firms respond to this solicitation, the Director of Purchasing may extend the deadline for submittal by up to four (4) weeks. Submittals will only be opened following the final submittal due date.

For Additional Project Information Contact:Additional Project Specific Information Contact:Project Manager: Daniel Revis, Manager, Office of Communications TechnologyPhone:  954-357-8599Email:  [email protected]

Procurement Process Related Information Contact:Purchasing Agent: Leahann LicataPhone: 954—357-6082  E-mail: [email protected]

Pre-Submittal Conference Attendance at the Pre-Submittal Conference is optional. This information session presents an opportunity for proposers to clarify any concerns regarding the solicitation requirements. The proposer is cautioned that, although the Pre-submittal Conference is optional, no modification or any changes will be allowed in the pricing because of the failure of the proposer(s) to have attended the conference.

Pre-Submittal Conference

DATE: Thursday, August 29, 2013

TIME: 2:00 PM Local Time

LOCATION: Governmental Center Building, Room 302, 115 S. Andrews Avenue, Fort Lauderdale, Florida 33301

Evaluation ProcessA Evaluation Committee (EC) will be responsible for recommending the most qualified firms and rating them. The process for this procurement may proceed in the following manner:

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Review ResponsesThe Purchasing Division delivers the RFP submittals to agency staff for summarization for the Evaluation Committee members. Agency staff will prepare an analysis report which includes a matrix of responses submitted by the firms. This may include a technical review, if applicable.

Staff will also identify any incomplete responses. The Director of Purchasing will review the information provided in the matrix and will make a recommendation to the Evaluation Committee as to each firm’s responsiveness to the requirements of the RFP. The final determination of responsiveness rests solely on the decision of the Evaluation Committee.

At any time prior to award, the awarding authority may find that an offeror is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the offeror has breached or failed to perform a contract, claims history of the offeror, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an offeror.

Balance of Page Left Blank Intentionally

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Evaluation Criteria The following list of Evaluation Criteria total 100 points.  Subsequent pages will further detail and define the Evaluation Criteria which are summarized with their numerical point ranges.

  Qualifications and ExperienceQualifications (A and B) = 5 points

Experience(C, D, E and F) = 5 pointsA. List and describe the qualifications, relevant experience and roles of the proposed

key team members, including project manager(s) and professional and technical personnel that will support this project. Include an organizational chart.

B. Provide a brief resume for each key personnel proposed for this project that include:

a) Their title and functions in the company

b) Number of years with current company

c) Relevant training, certifications, licenses, years of experience working with CAD systems, development, business systems integration and customizing applications (desktop, mobile and web) (Refer to Exhibit 1, Attachment “A”of the Detailed Scope of Services for a list of desired skills and qualifications for this project). their title and functions in the company

C. Provide the number of years that identified key personnel have worked on mission critical CAD application projects, with a brief description of their role and nature of work conducted.

D. Describe firm’s experience on projects of similar nature, scope and duration along with evidence of satisfactory completion, both on time and within budget, for the past five (5) years. Include the following:a) Client/Project nameb) Total number of current employeesc) Project detailed descriptiond) Project cost and duratione) Number of call for service annuallyf) Identify if the project was multi-discipline (ie: system was used to dispatch

police and fire/ems personnel).E. Describe firm’s experience developing and implementing best practice standards

and workflows. Describe firm’s experience with CAD application system design and maintenance. Describe firm’s experience developing and configuring web portals, dashboard, etc.

F. Provide references (name, address, phone and email) for all cited projects completed and active

See pages 20-21

10

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Functional Systems ProposalSee pages 22

40

Service and Maintenance ProposalSee page 22

10

Performance ProposalSee page 22

10

Implementation ProposalSee page 22

10

Price ProposalSee page 22

20

  TOTAL POINTS 100

* Total points awarded for price will be determined by applying the following formula:(Lowest Proposed Price/Proposer’s Price) x 20 = Price ScorePlease note that prices may be negotiated in the best interest of the County after the scoring is completed.

Cone of SilenceAt the time of the Evaluation Committee appointment (which is typically prior to the advertisement of the solicitation document) in this RFP process, a Cone of Silence will be imposed. Section 1-266, Broward County Code of Ordinances as revised, provides that after Evaluation Committee appointment, potential vendors and their representatives are substantially restricted from communicating regarding this RFP with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff, or any person appointed to evaluate or recommend selection in this RFP process. For communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the Initial Evaluation Committee Meeting. After the application of the Cone of Silence, inquiries regarding this RFP should be directed to the Director of Purchasing or designee.

The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

Demonstrations If this box is checked, then this project will lend itself to an additional step where all firms

demonstrate the nature of their offered solution. After receipt of submittals, all firms will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD or a combination of both) should be given to the Purchasing Agent at the meeting to retain in the Purchasing files.

Presentations

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

If this box is checked, all firms that are found to be both responsive and responsible to the requirements of the RFP will have an opportunity to make an oral presentation to the EC on the firm’s approach to this project and the firm’s ability to perform. The EC may provide a list of subject matter for the discussion. The firms will have equal time to present but the question-and-answer time may vary. The EC will score the firms and post its recommendation for three days as a “Proposed Recommendation of Ranking”. Following this three-day period, if no objections to the proposed ranking have been received in writing by the Director of Purchasing, a Final Recommendation of Ranking will be posted and presented to the Board for approval. At the discretion of the Board, presentations to the Board of County Commissioners by the scored firms may be required.

PricingUnchecked boxes do not apply to this solicitation.

Price will be considered in the final evaluation and rating of the qualified firms. Included in this RFP solicitation is a Price Sheet which must be completed and returned with the RFP Submittal at the time of the opening deadline.County staff and the top ranked firm will negotiate fees for pre-construction services during the Negotiation Phase of this process. Generally, the Parties negotiate a Guaranteed Maximum Price (GMP) for construction services during the course of pre-construction services.

Negotiation and AwardThe Purchasing Negotiator, assisted by County staff, will attempt to negotiate a contract with the first ranked firm. If an impasse occurs, the County ceases negotiation with the firm and begins negotiations with the next-ranked firm. The final negotiated contract will be forwarded by the Negotiator to the Evaluation Committee for approval, if required by the Committee, or to the awarding authority for approval.

Public Art and Design ProgramUnchecked boxes do not apply to this solicitation.

Section 1-88, as amended, of the Broward County Code (of Ordinances) contains the requirements for the Broward County’s Public Art and Design Program.  It is the intent of Broward County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project.  The proposer may be required to collaborate with the artist(s) on design development within the scope of this request.  Artist(s) shall be selected by Broward County through an independent process.  (For additional information contact the Broward County Cultural Division).

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Posting of Solicitation and Proposed Contract AwardsThe Broward County Purchasing Division's website is the official location for the County's posting of all solicitations and contract award results. It is the obligation of each vendor to monitor the website in order to obtain complete and timely information. The website is located athttp://www.broward.org/Purchasing/Pages/SolicitationResult.aspx

Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

(a) Any protest concerning the proposal or other solicitation specifications or requirements must be made and received by the County within seven (7) business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

(b) Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the proposal opening, shall be submitted in writing and received by the County within five (5) business days from the posting of the recommendation of award on the Purchasing Division's website.

(c) Any actual or prospective proposer or offeror who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award on the Purchasing Division's website.

(d) For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a solicitation or proposed contract award shall be a waiver of the vendor's right to protest.

(e) Protests arising from the decisions and votes of an Evaluation Committee shall be limited to protests based upon the alleged deviations from established Committee procedures set forth in the Broward County Procurement Code and existing written Guidelines. Any allegations of misconduct or misrepresentation on the part of a competing vendor shall not be considered a protest.

(f) As a condition of initiating any RFP protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

$500,001 - $5 million $3,000Over $5 million $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

Rejection of ResponsesThe Evaluation Committee may recommend rejecting all proposals in the best interests of the County. The rejection shall be made by the Director of Purchasing except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

Public Records and ExemptionsUpon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Any firm that intends to assert any materials to be exempted from public disclosure under Chapter 119, Florida Statutes must submit the document(s) in a separate bound document labeled "Name of Firm, Attachment to Proposal Package, RFP# - Confidential Matter". The firm must identify the specific statute that authorizes the exemption from the Public Records Law. CD or DVD discs included in the submittal must also comply with this requirement and separate any materials claimed to be confidential.Failure to provide this information at the time of submittal and in the manner required above may result in a recommendation by the Director of Purchasing that the response is non-responsive.

Any claim of confidentiality on materials that the firm asserts to be exempt and placed elsewhere in the submittal will be considered waived by the firm upon submission, effective after opening. Please note that the financial statement exemption provided for in Section 119.071(1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project.

Please be aware that submitting confidential material may impact full discussion of your submittal by the Selection/Evaluation Committee because the Selection/Evaluation Committee will be unable to talk about the details of the confidential material(s) at the public Selection/Evaluation Committee meeting. Please note that the financial statement exemption provided for in Section 119.071(1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project.

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Copyrighted MaterialsCopyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. It is noted that copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

Local PreferenceIn accordance with Broward County Ordinance No. 2004-29, the Broward County Board of County Commissioners provides a local preference. This preference includes any county with which the Broward County Board of County Commissioners has entered into an inter-local agreement of reciprocity. Except where otherwise provided by federal or state law or other funding source restrictions, a local proposer whose submittal is within 5% of the highest total ranked proposer outside of the preference area will become the firm with whom the County will proceed with negotiations for a final contract.

Local business means the vendor has a valid occupational license issued by the county within which the vendor conducts their business at least one year prior to bid or proposal opening, that authorizes the business to provide the goods, services or construction to be purchased and a physical address located within the limits of said county, in an area zoned for the conduct of such business, from which the vendor operates or performs business on a day-to-day basis that is a substantial component of the goods or services being offered. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing a physical address.

State and Local PreferencesIf the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the County's Local Preference Ordinance and Procurement Code will not be applied in the procurement process.

Right of AppealPursuant to Section 21.83 of the Broward County Procurement Code, any vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Evaluation Committee's determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Code.

The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Evaluation Committee to be deemed timely. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a person having standing to protest and must comply with all other requirements of this section. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

NegotiationsIt is the County’s intent to conduct the first negotiation meeting no later than two (2) weeks after approval of the final ranking as recommended by the Committee. At least one of the representatives for the firm participating in negotiations with the County must be authorized to bind the firm.

In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the firm) an impasse will be declared and negotiations with the first-ranked firm will cease. Negotiations will begin with the next ranked firm, etc. until such time that all requirements of Procurement Code, Section 21.85.c.8 have been met.

Projected ScheduleRFP Advertised Date: August 21, 2013Pre-Submittal Conference: August 29, 2013 RFP Open Date:   September 30, 2013Initial Evaluation Meeting: To be determinedDemonstrations: To be determinedFinal Evaluation Meeting: To be determinedIf three (3) or fewer responses are received, a combination Initial and Final Evaluation meeting may be held on insert date

http://www.broward.org/Commission/Pages/SunshineMeetings.aspx Please check this website for any changes to the above tentative schedule.

Balance of Page Left Blank Intentionally

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Responsiveness Criteria

Definition of a Responsive Proposer:

In accordance with Broward County Procurement Code Section 21.8.b.66, a Responsive Proposer means a person who has submitted a proposal which conforms in all material respects to a solicitation. The proposal of a Responsive Proposer must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below, at the time of submittal opening may result in a recommendation of non-responsive by the Director of Purchasing.  The Evaluation Committee will determine whether the firm is responsive to the requirements specified herein.  The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

***NOTICE TO PROPOSERS***

Proposers are invited to pay strict attention to the following requirements of this RFP. The information being requested in this section is going to be used by the Evaluation Committee during the selection/evaluation process and further consideration for contract award. Please be aware that proposers have a continuing obligation to provide the County with any material changes to the information being requested in this RFP.

1. Domestic Partnership Act

The Broward County Domestic Partnership Act (Section 16-1/2 – 157 of the Broward County Code of Ordinances, as amended) requires that, for projects where the initial contract term is valued at more than $100,000, that at the time of RFP submittal, the vendor shall certify that the vendor currently complies or will comply with the requirements of the Domestic Partnership Act by providing benefits to Domestic Partners of its employees on the same basis as it provides benefits to employee’s spouses.

The Domestic Partnership Certification Form (Attachment F) should be completed, for all submittals over $100,000, and returned with the RFP Submittal Response at the time of the opening deadline, but no later than five (5) business days from request of the Purchasing agent. Failure to meet this requirement shall render your submittal non-responsive.

2. Bond Requirements

There are no bond requirements for this project.

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

3. Joint Venture Enterprises

Unchecked boxes do not apply to this solicitation Construction Licensing

A Joint Venture is required to provide evidence with its response that the Joint Venture, or at least one of the Joint Venture partners, holds the specified Construction License issued either by the State of Florida or Broward County. If not with its response, the Joint Venture is required to provide evidence prior to contract execution that the Joint Venture holds the specified Construction License issued either by the State of Florida or Broward County. Failure to provide any of this information to the County at the required time may be cause for the response to the solicitation to be deemed non-responsive.

4. Lobbyist Registration - Certification

A vendor who has retained a lobbyist(s) to lobby in connection with a competitive solicitation shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies, see Attachment G, that each lobbyist retained has timely filed the registration or amended registration required under Section 1-262, Broward County Code of Ordinances. If, after awarding a contract in connection with the solicitation, the County learns that the certification was erroneous, and upon investigation determines that the error was willful or intentional on the part of the vendor, the County may, on the basis, exercise any contractual right to terminate the contract for convenience.

The Lobbyist Registration Certification Form (Attachment G) should be completed and returned at the time of the RFP opening deadline and included within the submittal document. If not included with the RFP submittal at the time of the RFP opening deadline, the Lobbyist Certification Form must be completed and returned prior to contract award at a date and time certain established by the County.

Responsibility Criteria

Definition of Responsible Proposer

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsible Proposer or Offeror means an offeror who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Evaluation Committee will recommend to the awarding authority a determination of a firm’s responsibility. At any time prior to award, the awarding authority may find that an offeror is not responsible to receive a particular award. The following criteria shall be evaluated in making a determination of responsibility:

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

1. Office of Economic and Small Business Development Program

(See Office of Economic and Small Business Development Program requirements below).

Office of Economic and Small Business Development Program RequirementsIn accordance with Ordinance No. 2012-33, Broward County Business Opportunity Act of 2012, the County Business Enterprise (CBE) Program shall apply to this contract. All proposers responding to this solicitation shall utilize, or attempt to utilize, CBE firms in performing the contract in at least the assigned percentage amount for this solicitation. The assigned CBE participation goal for this contract is listed below.

In accordance with the Acts, participation for this contract is as follows:

There are no participation goal requirements for this project.

2. Financial Information

Although the review of a vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements as stated in the Evaluation Criteria and Public Record and Exemptions sections may result in a recommendation of non-responsive by the Director of Purchasing.

3. Litigation History

Although the review of a vendor's litigation history is an issue of responsibility, the failure to provide litigation history as required in the Evaluation Criteria may result in a recommendation of non-responsive by the Director of Purchasing.

4. Authority to Conduct Business in Florida

A Florida corporation or partnership is required to provide evidence with its response that the firm is authorized to transact business in Florida and is in good standing with the Florida Department of State. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent.

A foreign (out-of-state) corporation or partnership is required to provide evidence with its response that the firm is authorized to transact business in Florida. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent.

A joint venture is required to provide evidence with its response that the joint venture, or at least one of the joint venture partners, is authorized to transact business in Florida and is in good standing with the Florida Department of State. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent.

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

However, the joint venture is required to provide evidence prior to contract execution that the joint venture is authorized to transact business in Florida and provide the County with a copy of the joint venture Agreement. A joint venture is also required to provide with its response a Statement of Authority indicating that the individual submitting the joint venture’s proposal has the legal authority to bind the joint venture. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent.

Failure to provide the County with any of the above referenced information at the required time may be cause for the response to the solicitation to be deemed non-responsible.

5. Employment Verification Program (E-Verify)

Unchecked boxes do not apply to this solicitation.

This service is funded by the State of Florida. Therefore, you are required to complete and return the attached “Employment Eligibility Verification Program Contractor Certification” (Attachment H).

Evaluation CriteriaWith regard to the Evaluation criteria, each firm has a continuing obligation to provide the County with any material changes to the information requested. The County reserves the right to obtain additional information from interested firms.

Evaluation Criteria –

Project-Specific Criteria

Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

Qualifications and ExperienceA. List and describe the qualifications, relevant

experience and roles of the proposed key team members, including project manager(s) and professional and technical personnel that will support this project. Include an organizational chart.

B. Provide a brief resume for each key personnel proposed for this project that include:

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

a) Their title and functions in the company

b) Number of years with current company

c) Relevant training, certifications, licenses, years of experience working with CAD systems, development, business systems integration and customizing applications (desktop, mobile and web) (Refer to Exhibit 1, Attachment “A”of the Detailed Scope of Services for a list of desired skills and qualifications for this project). their title and functions in the company

G. Provide the number of years that identified key personnel have worked on mission critical CAD application projects, with a brief description of their role and nature of work conducted.

H. Describe firm’s experience on projects of similar nature, scope and duration along with evidence of satisfactory completion, both on time and within budget, for the past five (5) years. Include the following:a) Client/Project nameb) Total number of current employeesc) Project detailed descriptiond) Project cost and duratione) Number of call for service annuallyf) Identify if the project was multi-discipline

(ie: system was used to dispatch police and fire/ems personnel).

I. Describe firm’s experience developing and implementing best practice standards and workflows. Describe firm’s experience with CAD application system design and maintenance. Describe firm’s experience developing and configuring web portals, dashboard, etc.

J. Provide references (name, address, phone and email) for all cited projects completed and active.

Functional Systems Proposal

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Describe your Approach and include in your Functional Systems Proposal as per Exhibit 1, Articles 1.0 - 3.0 including: Architecture, Server Hardware, System Implementation, Network Equipment and Time Synchronization including an introductory overview describing the proposed systems, (noting any exceptions to the list of applications specified in Exhibit 1, Section 1.1, Project Intent / Background.)

Provide complete response to Next Generation CAD Requirements, Exhibit 1, Attachment “A”

Service and Maintenance ProposalDescribe their approach to fulfilling all service and maintenance requirements as per Exhibit 1, Article 4.0.

Performance Proposal Provide Performance Proposal as per Exhibit 1, Article 5.0 including: Testing, System Acceptance, etc.

Implementation ProposalProvide Implementation Proposal as per Exhibit 1, Article 6.0 Price ProposalProvide response to items in the Proposal Response Form, Attachment “T”

Evaluation Criteria –

Company Profile

Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

1. Supply legal firm name, headquarters address, local office addresses, state of incorporation, and key firm contact names with their phone numbers and e-mail addresses.

2. Supply the interested firm’s federal ID number and Dun and Bradstreet number.

3. Is the interested firm legally authorized, pursuant to the requirements of the Florida

YES NO

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Statutes, to do business in the State of Florida?

4. All firms are required to provide Broward County the firm's financial statements at the time of submittal in order to demonstrate the firm's financial capabilities. Failure to provide this information at the time of submittal may result in a recommendation by the Director of Purchasing that the response is non-responsive. Each firm shall submit its most recent two (2) years of financial statements for review. The financial statements are not required to be audited financial statements. With respect to the number of years of financial statements required by this RFP, the firm must fully disclose the information for all years available; provided, however, that if the firm has been in business for less than the required number of years, then the firm must disclose for all years of the required period that the firm has been in business, including any partial year-to-date financial statements. The County may consider the unavailability of the most recent year’s financial statements and whether the firm acted in good faith in disclosing the financial documents in its evaluation. Any claim of confidentiality on financial statements should be asserted at the time of submittal. (see below)

*****ONLY “IF” claiming Confidentiality*****

The financial statements should be submitted in a separate bound document labeled "Name of Firm, Attachment to Proposal Package, RFP# - Confidential Matter". The firm must identify the specific statute that authorizes the exemption from the Public Records Law. CD or DVD discs included in the submittal must also comply with this requirement and separate any materials claimed to be confidential.

Failure to provide this information at the time of submittal and in the manner required above

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

may result in a recommendation by the Director of Purchasing that the response is non-responsive. Furthermore, proposer’s failure to provide the information as instructed may lead to the information becoming public.

Please note that the financial statement exemption provided for in Section 119.071(1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project.

Litigation History Requirement:5. The County will consider a vendor's

litigation history information in its review and determination of responsibility. All vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the vendor, any parent or subsidiary of the vendor, or any predecessor organization. If the vendor is a joint venture, the information provided should encompass the joint venture (if it is not newly-formed for purposes of responding to the solicitation) and each of the entities forming the joint venture. For purpose of this disclosure requirement, a “case” includes lawsuits, administrative hearings and arbitrations. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

1. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;2. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;3. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;4. The financial condition of the vendor,

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

including any bankruptcy petition (voluntary and involuntary) or receivership; or5. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

Notwithstanding the descriptions listed in paragraphs 1 – 5 above, a case is not considered to be "material" if the claims raised in the case involve only garnishment, auto negligence, personal injury, workers' compensation, foreclosure or a proof of claim filed by the vendor.

For each material case, the vendor is required to provide all information identified, on the attached “Litigation History” form. (Attachment I)

A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the vendor's subcontractors/sub consultants proposed to work on this project.

Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the vendor being deemed non-responsive. Prior to making such determination, the vendor will have the ability to clarify the submittal and to explain why an undisclosed case is not material.

6. Has the interested firm, its principals, officers, or predecessor organization(s) been debarred or suspended from bidding by any government during the last three (3) years? If yes, provide details.

YES NO

7. Has your company ever failed to complete any work awarded to you? If so, where and why?

YES NO

8. Has your company ever been terminated from a contract? If so, where and why?

YES NO

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Insurance Requirements:9. Attached is a sample Certificate of Insurance

Attachment J. It reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal but it is necessary to submit certificates indicating that the firm currently carries the insurance or to submit a letter from the carrier indicating upgrade availability.

Evaluation Criteria –

Legal Requirements

Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

10. Standard Agreement Language: Identify any standard terms and conditions with which the interested firm cannot agree. The standard terms and conditions for the resulting contract can be located at:

11. http://www.broward.org/Purchasing/ Documents/hardwareandmaintenanceagreement.pdf

and

http://www.broward.org/Purchasing/Documents/licensemaintenanceandsupportagreement.pdf

If you do not have computer access to the internet, call the Project Manager for this RFP to arrange for mailing, pick up, or facsimile transmission.

YES (Agree)

NOIf no, you need to specifically identify the terms and conditions with which you are taking exception since they will be discussed with the Selection Committee. Please be aware that taking exceptions to the County’s standard terms and conditions may be viewed unfavorably by the Selection Committee and ultimately impact the overall evaluation of your submittal.

12. Cone of Silence: This County’s ordinance prohibits certain communications among vendors, county

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

staff, and Evaluation committee members. Identify any violations of this ordinance by any members of the responding firm or its joint venturers.

The firm(s) submitting is expected to sign and notarize the Cone of Silence Certification (Attachment K).13. Public Entity Crimes Statement: A person

or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit an offer to perform work as a consultant or contract with a public entity, and may not transact business with Broward County for a period of 36 months from the date of being placed on the convicted vendor list. Submit a statement fully describing any violations of this statute by members of the interested firm or its joint venturers.

14. No Contingency Fees: By responding to this solicitation, each firm warrants that it has not and will not pay a contingency fee to any company or person, other than a bona fide employee working solely for the firm, to secure an agreement pursuant to this solicitation. For Breach or violation of this provision, County shall have the right to reject the firm’s response or terminate any agreement awarded without liability at its discretion, or to deduct from the agreement price or otherwise recover the full amount of such fee, commission, percentage, gift, or consideration.

Submit an attesting statement warranting that the Responder has not and will not pay a contingency fee to any company or person, other than a bona fide employee working solely for the firm, to secure an agreement pursuant to this solicitation.

15. If this box is checked, then the provisions of the Broward County Living Wage Ordinance 2008-45, as amended, (“Living Wage Ordinance”) will apply to this agreement. in accordance with the

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

living wage ordinance, certain employers who do business with the county shall pay a living wage to its employees who work on service contracts providing covered services identified under the living wage ordinance. (Attachment L)

(If living wage applies, check this statement and include the living wage attachment to the RFP solicitation)

16. DRUG FREE WORKPLACE:1. Do you have a drug free workplace policy? 2. If so, please provide a copy of your drug free workplace policy in your proposal. 3. Does your drug free workplace policy comply with Section 287.087 of the Florida Statutes?4. If your drug free workplace policy complies with Section 287.087 of the Florida Statutes, please complete the Drug Free Workplace Policy Certification Form. (Attachment M)5. If your drug free workplace policy does not comply with Section 287.087of the Florida Statutes, does it comply with the drug free workplace requirements pursuant to Section 21.31.a.2 of the Broward County Procurement Code? 6. If so, please complete the attached Drug Free Workplace Policy Certification Form (Attachment M). 7. If your drug free workplace policy does not comply with Section 21.31.a.2 of the Broward County Procurement Code, are you willing to comply with the requirements Section 21.31.a.2 of the Broward County Procurement Code? 8. If so, please complete the attached Drug Free Workplace Policy Certification Form. (Attachment M)Failure to provide a notarized Certification Form in your proposal indicating your compliance or willingness to comply with Broward County's Drug Free Workplace requirements as stated in Section 21.31.a.2 of the Broward County Procurement Code may result in your firm being ineligible to be awarded a contract pursuant to Broward County's Drug Free Workplace Ordinance

1. YES NO

3. YES NO

4. YES NO

5. YES NO

7. YES NO

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

and Procurement Code

17. Non-Collusion Statement:  By responding to this solicitation, the vendor certifies that this offer is made independently and free from collusion.  Vendor shall disclose on the attached “Non-Collusion Statement Form” (Attachment N) to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135(1) (c), Florida Statutes (1989), who is an officer or director of, or had a material interest in, the vendor’s business, who is in a position to influence this procurement.  Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is awarded to this vendor.  Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

18. Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a bid, proposal or response to a Broward County solicitation for goods or services in an amount equal to or greater than $1 million.

The certification form is referenced as “Scrutinized Companies List Certification” (Attachment O) and should be completed and

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

submitted with your proposal but must be completed and submitted prior to award.

Evaluation Criteria –

Tiebreaker Criteria

Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. Furthermore, to receive credit for a tiebreaker criterion, each entity forming the joint venture must meet the tiebreaker criteria. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

LOCATION in BROWARD COUNTY1. Is your firm located in Broward County?2. Does your firm have a valid current Broward County Local Business Tax Receipt? 3. Has your firm (a) been in existence for at least six (6) months prior to the proposal opening (b) providing services on a day to day basis (c) at a business address physically located within the limits of Broward County (d) in an area zoned for such business and (e) the services provided from this location are substantial component of the services offered in the firm's proposal?If so, please provide the interested firm's business address in Broward County, telephone number(s), email address, evidence of the Broward County Local Business Tax Receipt and complete the attached Local Vendor Certification Form.(Attachment P)

Failure to provide a valid Broward County Local Business Tax Receipt and the attached notarized Certification Form in your proposal shall prevent your firm from receiving credit under Broward County's tiebreaker criteria of Section 21.31.d of the Broward County Procurement Code and, if applicable, shall prevent your firm from receiving any preference(s) allowed under Broward County's Local Preference Ordinance.

1. YES NO2. YES NO3. YES NO

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

DOMESTIC PARTNERSHIP ACT

1. Do you have a domestic partnership program?2. If so, please provide a copy of your domestic partnership program in your proposal and complete Attachment F “Domestic Partnership Certification Form.” Failure to provide a notarized Certification Form indicating in your proposal shall prevent your firm from receiving credit for having such a program under Broward County's tiebreaker criteria of Section 21.31.d of the Broward County Procurement Code.3. Does your domestic partnership program provide benefits which are the same or substantially equivalent to those benefits offered to other employees in compliance with the Broward County Domestic Partnership Act of 2011, Broward County Ordinance # 2011-26, as amended?

Failure to provide a notarized Certification Form in your proposal indicating that the company provides domestic partnership benefits which are the same or substantially equivalent to the requirements of the Broward County Domestic Partnership Act of 2011, Broward County Ordinance # 2011-26, as amended, shall prevent your firm from receiving any preference(s) allowed under the Act if applicable to this solicitation.

1. YES NO

2. YES NO

3. YES NO

VOLUME OF WORK OVER FIVE YEARS

Vendor that has the lowest dollar volume of work previously awarded by the County over a five (5) year period from the date of the submittal will receive the tie breaker preference. The work shall include any amount awarded to any parent or subsidiary of the vendor, any predecessor organization and any company acquired by the vendor over the past five (5) years. If the vendor is a joint venture, the information provided should encompass the joint venture and each of the

$

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

entities forming the joint venture.

If applicable complete Attachment Q. (Report only amounts awarded as Prime Vendor)

To be considered for the Tie Break preference, this completed Attachment Q must be included with the RFP Submittal Response at the time of the opening deadline.

Balance of Page Left Blank Intentionally

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Required Forms to be Returned(Forms that follow this Title Page that need to be returned, i.e. Attachments C, D, E, etc.)

Balance of Page Left Blank Intentionally

Rev 6.4.13

Attachment “E” - Vendor’s List (Non-Certified Subcontractors and Suppliers Information)

THIS FORM SHOULD BE SUBMITTED WITH THE RFP; HOWEVER, IT MUST BE SUBMITTED WITHIN 5 CALENDAR DAYS OF COUNTY’S REQUEST.

Provide this information for any sub vendor(s) who will provide a service to the County for this solicitation. This includes major suppliers as well.

1. Firm’s Name:_____________________________________________________________________

2. Firm’s Address:___________________________________________________________________

3. Firm’s Telephone Number: _________________________Firm’s Email Address:_________________

4. Contact Name and Position:__________________________________________________________

5. Alternate Contact Name and Position:__________________________________________________

6. Alternate Contact Telephone Number: _________________Email Address:___________________

7. Bid/Proposal Number: ______________________________Contracted Amount:_______________

8. Type of Work/Supplies Bid: __________________________Award Date:_____________________

1. Firm’s Name:_____________________________________________________________________

2. Firm’s Address:___________________________________________________________________

3. Firm’s Telephone Number: _________________________Firm’s Email Address:_________________

4. Contact Name and Position:__________________________________________________________

5. Alternate Contact Name and Position:__________________________________________________

6. Alternate Contact Telephone Number: _________________Email Address:___________________

7. Bid/Proposal Number: ______________________________Contracted Amount:_______________

8. Type of Work/Supplies Bid: __________________________Award Date:_____________________

I certify that the information submitted in this report is in fact true and correct to the best of my knowledge

Signature Title Date

Note: the information provided herein is subject to verification by the Purchasing Division.Use additional sheets for more subcontractors or suppliers as necessary.

Rev 6.4.13

Attachment “F” - Domestic Partnership CertificationNOTE: This Form must be completed in order to be considered for a contract award.

Additionally, in order to receive credit for “tie breaker” purposes, this Form must be returned with the RFP submittal at the time of the opening.

The Vendor, by virtue of the signature below, certifies that it is aware of the requirements of Broward County’s Domestic Partnership Act, (Section 16-1/2 -157 of the Broward County Code of Ordinances, as amended); and certifies the following: (Please check only one below).

1. The Vendor currently complies with the requirements of the County’s Domestic Partnership Act and provides benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees’ spouses

2. The Vendor will comply with the requirements of the County’s Domestic Partnership Act at time of contract award and provide benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees’ spouses

3. The Vendor will not comply with the requirements of the County’s Domestic Partnership Act at time of award

4. The Vendor does not need to comply with the requirements of the County’s Domestic Partnership Act at time of award because the following exception(s) applies: (Please check only one below).

The Vendor’s price proposal for the initial contract term is $100,000 or less.

The Vendor employs less than five (5) employees.

The Vendor is a governmental entity, not-for-profit corporation, or charitable organization.

The Vendor is a religious organization, association, society, or non-profit charitable or educational institution.

The Vendor does not provide benefits to employees’ spouses.

The Vendor provides an employee the cash equivalent of benefits. (Attach an affidavit in compliance with the Act stating the efforts taken to provide such benefits and the amount of the cash equivalent.)

The Vendor cannot comply with the provisions of the Domestic Partnership Act because it would violate the laws, rules or regulations of federal or state law or would violate or be inconsistent with the terms or conditions of a grant or contract with the United States or State of Florida. Indicate the law, statute or regulation. (State the law, statute or regulation and attach explanation of its applicability.)

I, ____________________________, _______________________________of __________________________________________ (Name) (Title) (Vendor)

hereby attests that I have the authority to sign this notarized certification and certify that the above-referenced information is true, complete and correct.

__________________________________ Signature

__________________________________Print Name

SWORN TO AND SUBSCRIBED BEFORE ME this ________day of ____________________, 20___

STATE OF ______________________ COUNTY OF ___________________

_________________________________ My commission expires: _________________________ (SEAL) Notary Public (Print, type or stamp commissioned name of Notary Public)

Personally Known ________ or Produced Identification _________ Type of Identification Produced: ______________

Rev 6.4.13

Attachment “G” - Lobbyist Registration – CertificationThis certification form should be completed and submitted with your proposal. If not included with the RLI submittal at the time of the RLI opening deadline, the Lobbyist Certification Form must be completed and returned by a date and time certain established by the County.

The Vendor, by virtue of the signature below, certifies that:

a. It understands if it has retained a lobbyist(s) to lobby in connection with a competitive solicitation, it shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies that each lobbyist retained has timely filed the registration or amended registration required under Section 1-262, Broward County Code of Ordinances; and

b. It understands that if, after awarding a contract in connection with the solicitation, the County learns that the certification was erroneous, and upon investigation determines that the error was willful or intentional on the part of the vendor, the County may, on that basis, exercise any contractual right to terminate the contract for convenience.

Based upon these understandings, the vendor further certifies that: (Check One)

1.______It has not retained a lobbyist(s) to lobby in connection with this competitive solicitation; however, if retained after the solicitation, the County will be notified..

2.______It has retained a lobbyist(s) to lobby in connection with this competitive solicitation and certified that each lobbyist retained has timely filed the registration or amended registration required under Section 1-262, Broward County Code of Ordinances.

3.______It is a requirement of this solicitation that the names of any and all lobbyists retained to lobby in connection with this solicitation be listed below:

_____________________________________ ___________________________________________ Name of Lobbyist Lobbyist’s Firm

_____________________________________ ___________________________________________ Name of Lobbyist Lobbyist’s Firm

_____________________________________(Vendor Signature)

____________________________________STATE OF __________________ (Print Vendor Name)

COUNTY OF ________________

The foregoing instrument was acknowledged before me this ____day of ________________, 20___, by

_________________________________________________ as _________________________ of (Name of person whose signature is being notarized) (Title)

__________________________________ known to me to be the person described herein, or who produced(Name of Corporation/Company)

____________________________________________ as identification, and who did/did not take an oath.(Type of Identification)

NOTARY PUBLIC:____________________________________ My commission expires: _______________________ (Signature)_______________________

(Print Name)Rev 6.4.13

Attachment “I” - Litigation History

RFP#:______________

MATERIAL CASE SYNOPSIS

Vendor : ______________________________________________

Vendor’s Parent Company:________________________________

Vendor’s Subsidiary Company:_____________________________

Vendor’s Predecessor Organization: _________________________

Party Plaintiff Defendant

Case Name

Case Number

Date Filed

Name of Court or other tribunal

Type of Case Civil Administrative/Regulatory

Criminal Bankruptcy

Claim or Cause of Action and Brief description of

each Count

Brief description of the Subject Matter and

Project Involved

Disposition of Case

(Attach copy of any applicable Judgment, Settlement Agreement

and Satisfaction of Judgment.)

Pending Settled Dismissed

Judgment Vendor’s Favor

Judgment Against Vendor

If Judgment Against, is Judgment Satisfied? Yes No

Opposing Counsel

Name:

Email:

Phone number:

NAME OF COMPANY: ______________________________________________

Rev 6.4.13

Attachment “J” - Insurance Requirements

Rev 6.4.13

Attachment “K” - Cone of Silence Certification

The undersigned vendor hereby certifies that:

1. _____ the vendor has read Broward County's Cone of Silence Ordinance, Section 1-266, Article xiii, Chapter 1 as revised of the Broward County Code; and

2. _____ the vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Evaluation Committee (for Requests for Proposals - RFPs) or Selection Committee (for Request for Letters of Interest - RLIs) for communication regarding this RFP/RLI with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

3.______the vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

_____________________________________(Vendor Signature)

_____________________________________(Print Vendor Name)

STATE OF __________________

COUNTY OF ________________

The foregoing instrument was acknowledged before me this ____day of ________________, 20___, by

_________________________________________________ as _________________________ of (Name of person whose signature is being notarized) (Title)

____________________________________________ known to me to be the person described herein, or who produced(Name of Corporation/Company)

____________________________________________ as identification, and who did/did not take an oath.(Type of Identification)

NOTARY PUBLIC:

________________________________

(Signature)

_______________________________ My commission expires: _______________________ (Print Name)

Rev 6.4.13

Attachment “M” - Drug Free Workplace Policy Certification

THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT:

1. _____ THE VENDOR HAS A DRUG FREE WORKPLACE POLICY AS IDENTIFIED IN THE COMPANY POLICY ATTACHED TO THIS CERTIFICATION.

AND/OR

2. _____ THE VENDOR HAS A DRUG FREE WORKPLACE POLICY THAT IS IN COMPLIANCE WITH SECTION 287.087 OF THE FLORIDA STATUTES.

AND/OR

3. _____ THE VENDOR HAS A DRUG FREE WORKPLACE POLICY THAT IS IN COMPLIANCE WITH THE BROWARD COUNTY DRUG FREE WORKPLACE ORDINANCE # 1992-08, AS AMENDED, AND OUTLINED AS FOLLOWS:

(a) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

(b) Establishing a continuing drug-free awareness program to inform its employees about:(i) The dangers of drug abuse in the workplace;(ii) The offeror's policy of maintaining a drug-free workplace;(iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

(c) Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph (a);(d) Notifying all employees, in writing, of the statement required by subparagraph (a), that as a condition of employment on a covered

contract, the employee shall:(i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five (5) days after such conviction.

(e) Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision (d) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

(f) Within 30 calendar days after receiving notice under subparagraph (d) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:(i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency;

(g) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs (a) through (f).

OR

4.____ THE VENDOR DOES NOT CURRENTLY HAVE A DRUG FREE WORKPLACE POLICY BUT IS WILLING TO COMPLY WITH THE REQUIREMENTS AS SPECIFIED IN NO. 3

______________________________________(VENDOR SIGNATURE)

______________________________________(PRINT VENDOR NAME)

STATE OF __________________

COUNTY OF ________________

The foregoing instrument was acknowledged before me this ____day of ________________, 20___, by

_________________________________________________ as _________________________ of (Name of person whose signature is being notarized) (Title)

____________________________________________ known to me to be the person described herein, or who produced(Name of Corporation/Company)

____________________________________________ as identification, and who did/did not take an oath.(Type of Identification)

NOTARY PUBLIC:

________________________________(Signature)

________________________________ My commission expires: _______________________ (Print Name)

Rev 6.4.13

Attachment “N” - Non-Collusion Statement Form

By signing this offer, the vendor certifies that this offer is made independently and free from collusion. Vendor shall disclose below, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Fla. Stat. (1989), who is an officer or director of, or has a material interest in, the vendor’s business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is awarded to this vendor.

Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

NAME RELATIONSHIP

_______________________________ ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ ____________________________________

__________________________________________(Vendor Signature)

__________________________________________(Print Vendor Name)

In the event the vendor does not indicate any names, the County shall interpret this to mean that the vendor has indicated that no such relationships exist.

(Form is to be signed even if no names are listed)

Rev 6.4.13

Attachment “O” - Scrutinized Companies List Certification

This certification form should be completed and submitted with your proposal but must be completed and submitted prior to award.

The Vendor, by virtue of the signature below, certifies that:a. The Vendor, owners, or principals are aware of the requirements of Section 287.135,

Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

b. The Vendor, owners, or principals, are eligible to participate in this solicitation and not listed on either the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

c. If awarded the Contract, the Vendor, owners, or principals will immediately notify the COUNTY in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

_________________________________________(Authorized Signature)

_________________________________________(Print Name and Title)

____________________________________________(Name of Firm)

STATE OF ___________________COUNTY OF _________________The foregoing instrument was acknowledged before me this day of ___________, 20___, by ____________________________ (name of person whose signature is being notarized) as ______________________________ (title) of ______________________ (name of corporation/entity), known to me to be the person described herein, or who produced _____________________________ (type of identification) as identification, and who did/did not take an oath.

NOTARY PUBLIC:

__________________________ State of ___________________ at Large (SEAL)(Signature)

__________________________ My commission expires: _______________(Print name)

Rev 6.4.13

Attachment “P” - Local Vendor Certification

Tiebreaker Criteria(or Local Preference if Applicable)

THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT:

1. _____ THE VENDOR IS A LOCAL VENDOR IN BROWARD COUNTY AND HAS A VALID BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT WHICH IS ATTACHED TO THIS CERTIFICATION

AND

2. _____ THE VENDOR IS A LOCAL VENDOR IN BROWARD COUNTY AND:

(a) Has been in existence for at least six (6) months prior to the proposal opening;

(b) Provides services on a day to day basis at a business address physically located within the limits of Broward County and in an area zoned for such business; and

(c) The services provided from this location are a substantial component of the services offered in the vendor's proposal.

AND/OR

3. _____ THE VENDOR IS A LOCAL VENDOR IN BROWARD OR MIAMI-DADE COUNTY AND HAS A VALID CORRESPONDING COUNTY LOCAL BUSINESS TAX RECEIPT WHICH IS ATTACHED TO THIS CERTIFICATION AND:

(a) Has been in existence for at least ONE YEAR prior to the proposal opening;

(b) Provides services on a day to day basis at a business address physically located within the limits of Broward or Miami-Dade County and in an area zoned for such business; and

(c) The services provided from this location are a substantial component of the services offered in the vendor's proposal.

______________________________________(VENDOR SIGNATURE)

______________________________________(PRINT VENDOR NAME)

STATE OF __________________

COUNTY OF ________________

The foregoing instrument was acknowledged before me this ____day of ________________, 20___, by

_________________________________________________ as _________________________ of (Name of person whose signature is being notarized) (Title)

____________________________________________ known to me to be the person described herein, or who produced(Name of Corporation/Company)

____________________________________________ as identification, and who did/did not take an oath.(Type of Identification)

NOTARY PUBLIC:

________________________________(Signature)

________________________________ My commission expires: _______________________ (Print Name)

Rev 6.4.13

Attachment “Q” - Volume of Work Over Five YearsTie Breaker CriteriaBroward County Projects

The work shall include any amount awarded to any parent or subsidiary of the vendor, any predecessor organization and any company acquired by the vendor over the past five (5) years. If the vendor is a joint venture, the information provided should encompass the joint venture and each of the entitiesforming the joint venture. (Report only amounts awarded as a Prime Vendor) IF no work has been performed, show a Grand Total of $0

Item No.

Project TitleSolicitation

Contract Number Bid – Quote – RLI -

RFP

Broward County

Department or Division

Date Awarded Awarded Dollar

Amount

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

Grand Total

Rev 6.4.13

Attachment “T” - Pricing/Proposal SheetsA. PROPOSED PRICE

The Proposer shall state its price for providing all hardware, equipment, licenses, and services as stated in this solicitation.

TOTAL PROPOSED PRICE FOR THE NEXT GENERATION COMPUTER AIDED DISPATCH SYSTEM:

$

Note: A payment schedule will be negotiated with the selected Proposer based upon project milestones and deliverables (e.g., installation, County’s final acceptance of deliverables, etc).

B. BREAKDOWN OF PROPOSED PRICE

The Proposer shall provide a breakdown of the “Proposed Price” stated Section A, above, as provided for in the tables below. Items that are not applicable shall be identified as “N/A”; items that are at no charge to the County shall be identified as “N/C”.

B.1 COMPUTER AIDED DISPATCH SYSTEM PRICE

Computer Aided Dispatch System Equipment/Hardware $

Computer Aided Dispatch System System Software Licenses $

Project Management Services $

Design/engineering/consulting services $

Implementation Services (inclusive of installation, customization, and optimization) $

Training – System Hardware and Software $

Training - System Planning, Engineering and System Management $

Additional Costs and Fees (Please list and add additional sheets as necessary) $

Computer Aided Dispatch System System Subtotal: $

Rev 6.4.13

Attachment “T” - Pricing Sheets continued

B.2 SYSTEM MAINTENANCE AND SUPPORT SERVICE FEES

System Maintenance and Support Service Fees Year 1 N/A – Warranty Period

System Maintenance and Support Service Fees Year 2 $

System Maintenance and Support Service Fees Year 3 $

System Maintenance and Support Service Fees Year 4 $

System Maintenance and Support Service Fees Subtotal: $

Total System Proposed Price (B.1 + B.2)*: $

* Note: Total Proposed Price shall be equal to the Proposed Price stated in Section A above.

PRICE BREAKDOWN FOR PROPOSED COMPUTER AIDED DISPATCH SYSTEM SYSTEM SOFTWARE LICENSES

Use the table provided below to list the proposed Computer Aided Dispatch system software licenses.

Title License Type Quantity Unit Price Total$ $

$ $

$ $

Total for Proposed Computer Aided Dispatch System Software: $

PRICE BREAKDOWN FOR IMPLEMENTATION SERVICES

Rev 6.4.13

Attachment “T” - Pricing Sheets continued

Position Anticipated Hours

Proposed Hourly Rate

Total(Hours x Rate)

$ $

$ $

$ $

$ $

$ $

Other Description Total$

$

Total for Implementation Services: $

PRICE BREAKDOWN FOR TRAINING SERVICES

Training Course Description Anticipated # of Hours Total

$

$

$

$

$

Other Description Total$

$

Grand Total for Training Services: $

C. FUTURE CONSIDERATIONS, OPTIONAL SERVICES, OPTIONAL EQUIPMENT & COMPONENTS

Proposer must provide rates for disciplines of its personnel for any additional services and/or components requested by County which are not part of this Scope of Services, but may become Rev 6.4.13

Attachment “T” - Pricing Sheets continued

necessary at a later time. Rates for software licenses are also requested should the County elect to purchase additional quantities. Optional services, equipment, and software includes, but is not limited to the list found below. Proposers may also include additional items as necessary. For example: third party applications.

Description Proposed Rate

Project Manager $ Per HourEngineer $ Per HourTechnician/Installer $ Per HourTrainer $ Per HourOn-Site Training (Per Day) $ Per DaySoftware License $ Per UnitSystem Management Software $ Per UnitThird Party Application: $ Per UnitOther Third Party Application: $ Per UnitOther Third Party Application: $ Per UnitOther Third Party Application: $ Per UnitOther Third Party Application: $ Per UnitOther: $ Per UnitOther: $ Per UnitOther: $ Per UnitOther: $ Per UnitOther: $ Per UnitOther: $ Per Unit

(Add additional items as required)

Note: Compensation to the selected Proposer for Additional Services shall be based on the rates set forth above and the negotiated scope of work issued under the resultant contract. The selected Proposer shall use agreed upon hourly rates to calculate the not-to-exceed cost statement required for each project.

END OF PRICING SHEET

Rev 6.4.13

ExhibitsBalance of Page Left Blank Intentionally

Rev 6.4.13

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Exhibit - 1 - Detailed Scope of Work

1.0 INTRODUCTION AND CONTRACTOR INFORMATION

1.1 Project Intent / Background

The Motorola Computer Aided Dispatch (CAD) system was originally brought online in November 1994. There have been subsequent hardware and software upgrades since that time but the core of the platform has remained the same. The CAD system hardware is a Tandem mainframe, similar to the hardware used to operate the New York Stock Exchange, and the software is written in a third-generation programming language requiring source and compiled object code, similar to COBOL. Since 1994, there have been considerable advances in both computer hardware and programming languages. While the Tandem mainframe has proven to be a reliable hardware platform, newer computers have faster processors, memory, and disk access, while offering the same reliability at a lower cost. The manufacturer has announced that the Tandem platform will reach the end of support in December 2013. As this platform supports a mission-critical application, CAD, Broward County’s Office of Communications Technology (OCT) must begin the process of replacing this hardware prior to December 2013.

The current CAD application was written specifically for the proprietary Tandem Non-Stop Operating System. Therefore, it will be necessary to replace the software (CAD application) at the same time that the hardware is replaced. As with the hardware, there have been considerable improvements in computer software since 1994. The newer programming languages are SQL-based, were developed concurrently with the newer hardware, and are optimized to take full advantage of the hardware enhancements. The “next generation” CAD systems are written in these SQL-based languages using Open Source standards and while they may require a specific operating system, they are not bound to the hardware of a specific vendor. It is important to note, however, that the CAD software developer may require a preferred hardware platform in order to guarantee the level of performance required of a mission-critical application. For this reason, the CAD system should be viewed as a combination of tightly integrated hardware and software and should be treated as a single system, not individual hardware and software components.

The new CAD systems allow the vendors to provide faster development, testing, and deployment of applications. These features, in turn, allow the vendors to be more flexible in response to customer needs and allow them to provide features that are highly desirable but difficult or impossible to provide with the older systems. These features include, but are not limited to, enhanced search capabilities; web-based configuration; and most importantly, streamlined failover procedures.

Broward County’s CAD system is a unique, complex environment and there are a number of factors which must be considered when selecting a “next generation” CAD system. Broward County has a population of 1.8 million citizens with approximately 11 million annual visitors. There are 31 separate municipalities with ten Public Safety Answering Points (PSAPs); 18 fire rescue departments, including the Broward Sheriff’s Office Fire Rescue Department; and 17 law enforcement agencies, including the Broward Sheriff’s Office. The fire rescue and law enforcement agencies combined have 2,000,000

Rev 6.4.13

Attachment “T” - Pricing Sheets continued

calls for service per year and operate 4,000 law enforcement mobile data computers and 500 fire rescue mobile data computers. Due to the large number of law and fire rescue agencies and the high call volume, Broward County must rely on vendors who possess considerable experience with complex multi-agency, multi-jurisdictional operating environments when selecting a “next generation” CAD vendor. Vendors with extensive experience in this type of complex operating environment, referred to as Tier 1 CAD vendors, must be able to demonstrate, at a minimum, 1) existing 24/7 CAD support with defined escalation procedures; 2) existing, currently operational multi-jurisdictional, multi-agency CAD sites with annual calls for service comparable in size to Broward County; 3) running on a reliable hardware/software operating platform capable of providing 99.9999% availability; 4) and existing support for the large and varied number of interfaces required by a regional CAD system, including at a minimum, E911, automated vehicle location, multiple law and fire records systems, paging and toning, mobile data, in-vehicle mapping, and ProQA.

CAD is a mission-critical application and the lives of Broward County’s residents and visitors depend on the ability of first responders to respond quickly when the needs arises. While cost is certainly a factor that must be considered when selecting a CAD vendor, it’s imperative that the vendors meet the criteria described in the preceding paragraphs to ensure that the selected vendor is able to provide both the quality product and customer service that Broward County’s residents and visitors currently receive and should continue to enjoy.

Balance of Page Left Blank Intentionally

Rev 6.4.13

Broward County, FLComputer Aided Dispatch RFP

Scope of WorkProvision, Installation and Setup of the Following:Hardware and Network

1. Primary and Disaster Recovery data center network2. Server hardware and operating system3. CAD client workstations and setup4. Storage Area Network

2) Core Operational Applications1. Multi-Jurisdictional and Multi-Disciplined Computer Aided Dispatch (CAD)

System (Law Enforcement and Fire Rescue/EMS)2. Mobile Computing (Mobile Dispatch) 3. Automatic Vehicle Location (AVL)4. Automated Tactical Mapping5. Centralized Administration and Provisioning

3) Interfaces1. CAD Interfaces to:

a . ProQAb. FRMSc. Zetron Fire Station Alertingd. Tear and Run Printinge. Agency Geofilef. Hiplinkg. Radio/PTT

2. NG911 and TDD Interfaces3. Paging Interface4. CAD Logging Interface5. Inter-System Communications

a. CAD to RMS b. CAD to MDCc. MDC to MDC

6. Master Timing Source Interface7. Mapping Interface8. State/National Interfaces (FCIC/NCIC)9. AVL Interface

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Scope of WorkInclusion of the following additional services:

10. Requirements Planning and Design11. Business Process Re-engineering

12. Systems Engineering13. Project Management14. System Customization (as required)15. Hardware/Network Installation16. Data Conversion17. Training18. Annual Maintenance

Additionally, Broward County seeks assurance of: Effective Project Management Reliable and robust file servers High throughput network equipment Long-term useful life State-of-the-art technology Competitive prices

1.2 Proposal Response Forms

Section 2.0: Background and Functional RequirementsThe requirements for all of the software systems covered by this procurement are described in Attachment “A” “Next Generation Computer Aided Dispatch Requirements Form.” Respond directly into spreadsheet. Submit any additional information in the Evaluation Criteria - Project-Specific Criteria – Functional Systems Proposal. Include both as part of your proposal. Please provide an introductory overview describing the proposed systems, noting any exceptions to the list of applications specified in Section 1.1.

Note: For the subsequent sections, if there are any exceptions taken, then an explanation must be provided in the Evaluation Criteria – Project Specific Criteria.

Section 3.0: Hardware and Network Requirements ResponseWhere the RFP asks for lists or detailed supplemental information, place that information in the Evaluation Criteria. – Project Specific Criteria and include a schematic of the system.

Section 4.0: Service and Maintenance Requirements ResponseWhere the RFP asks for lists or detailed supplemental information, place that information in the Evaluation Criteria – Project Specific Criteria.

Section 5.0: Performance Requirements Response

Rev 6.4.13

Broward County, FLComputer Aided Dispatch RFP

Where the RFP asks for lists or detailed supplemental information, place that information in the Evaluation Criteria – Project Specific Criteria.

Section 6.0: Implementation Requirements ResponseWhere the RFP asks for lists or detailed supplemental information, place that information in the Evaluation Criteria – Project Specific Criteria.

Detailed, preliminary implementation plan.

Names and resumes for the Project Manager and staff.

Project organization chart, and resumes for the specific persons, and only the specific persons, who will work on this project.

2.0 BACKGROUND AND FUNCTIONAL REQUIREMENTS

2.1 Introduction

This section provides agency operational background and detailed description of the systems being replaced by those systems outlined in Section 1.1 above.

2.2 Broward County Background and Sizing

Broward County operates 24 hours a day, 7 days a week, and 365 days a year. From January 2011 to December 2011, Broward County Law Enforcement agencies handled 1,596,889 calls for service. An additional 251,346 calls for service were handled by Broward County Fire/EMS agencies.

The following provides the planning parameters for sizing the system.

Table 2.1 Application Users

Application System ClientLicenses

SimultaneousUsers

Call Taker/ Dispatcher 200 200

MOBILE (with access to CAD/FCIC) 4000 2000

Balance of Page Left Blank Intentionally

Broward County, FLComputer Aided Dispatch RFP

2.3 Systems Background

2.3.1 Application Systems Overview

Broward County utilizes a combination of applications to support the operational areas as summarized below.

Major Application Area

Area Application DescriptionDispatch /Communications

Premier CAD Purchased from Motorola; ComputerAided Dispatch Application

VIPERPurchased from Intrado; E911System

Gold Elite Purchased from Motorola; Radio dispatch console.

Pro QAPurchased from Priority DispatchCorp; Emergency Medical DispatchingInformation

Hiplink Purchased service from Hiplink;Digital Paging system

Logging Recorder Purchased from Replay Systems

UDT, Open QueryPurchased from Motorola; message switch and data transfer/conversion system.

MobileComputing

PMDC Purchased from Motorola; Mobilecomputing application

MFRPurchased from Sungard Public Sector (OSSI); Field reporting application

IntranetInternally developed by each agency; portal to access agency applications and external systems using Netmotion.

Citations andCrash Reports

Purchased from Sungard Public Sector (OSSI); Citations and crash reporting.

NetMotionPurchased from NetMotion; TCP/IP

Wireless connectivity.

Broward County, FLComputer Aided Dispatch RFP

2.3.2 Major Facilities & Networks

There will be a server equipment room at the Sunrise Regional Dispatch Center and one that will be located at the Coconut Creek Regional Dispatch Center.

The Contractor shall review the principal facilities, and provide recommendations as to their applicability for the proposed server and workstation equipment.

The Broward County Public Safety Intranet is composed of a combination of Ethernet, Metro Ethernet, T-1, and Frame Relay; many of which traverse a leased OC12 SonetRing.

It is important to note that the Broward County Public Safety Intranet is separate and isolated from the Internet. Initially, the system must operate within the Public Safety Intranet without access to the Internet. However, the system should have the capability to operate in a combined Intranet/Internet environment.

2.3.3 Detailed System Description

2.3.3.1 Workstation ManagementManagement of the workstations, applications, servers, (e.g., hardware inventory, remote control, software distribution etc.), as well as, logging of support calls for all systems and communications infrastructure related issues is maintained through B r o w a r d C o u n t y ’ s O ffi c e o f C o m m u n i c a ti o n s T e c h n o l o g y .

2.3.3.2 Dispatch / Communications

Broward County 911 communications centers utilize the Motorola Premier CAD application for Computer Aided Dispatch functions.

Currently, there are 10 911 PSAPs in Broward County. The Regional Consolidated Communications initiative currently underway will consolidate the 10 PSAPs into 3 Regional Centers.

It is expected there will be approximately 14 call takers, 16 dispatchers, and 4 supervisors at each location.

Broward County uses the Intrado E-911 VIPER system. This system allows Automatic Number Identification (ANI) data to flow directly to one of the CAD workstations while simultaneously providing the Automatic Location Identification (ALI) data to the HP host computer through a direct RS-232 serial link. The application allows the call taker to listen to caller audio, as well as, view the ALI data in the CAD system.

Radio dispatch employs the Motorola Gold Elite console to interface to the trunked Motorola 800-MHz voice radio.

The Computer Aided Dispatch System operates on a HP Tandem host and utilizes a proprietary operating system and database.

Broward County, FLComputer Aided Dispatch RFP

2.3.3.3 Mobile Computing

Mobile digital dispatch is performed through the use of the Motorola PMDC application running on a Stratus Fault Tolerant Server, which works in conjunction with the Motorola Premier CAD system. The PMDC application provides the field officers with access to FCIC/NCIC, as well as, the Motorola Premier CAD for status information. From the PMDC, the officers can also communicate with other units through messaging.

Mobile access to backend systems is provided through the use of commercial carrier wireless infrastructure such as AT&T, V er izon , and Spr i nt coupled with NetMoti on.

2.3.3.4 Ancillary Systems

Ancillary Systems and Applications consist of those shown below.

Ancillary SystemsArea Name Description

ServerOpen Query Provides FCIC access to CAD

Server AVL Provides geographic location of mobile units to

facilitate closest unit response.Message Switch OSSI Provides access to RMS/MFRMessage Switch PMDC Provides CAD dispatch access to mobile users

FCIC Inquiry eAgentProvides Communications and Teletype with query access to FCIC for criminal history information.

2.4 Future Direction

2.4.1 Application Systems

Broward County has chosen to purchase a next generation integrated suite of applications that both streamlines the information flow within Broward County and also facilitates data sharing and information flow among external agencies.

The new integrated systems will provide Broward County with the ability to build upon workflow integration that has already been implemented and consolidate multiple systems and architectures.

2.4.2 Infrastructure and Network

CAD is a mission critical application that is vital to the ongoing operation of Broward County Public Safety first responders; thus, the recovery strategies selected by Broward County have been to implement a primary and backup site mirrored with automatic and seamless failover capabilities.

Broward County, FLComputer Aided Dispatch RFP

The new CAD system will be installed at the Sunrise Public Safety Complex that will also host the new regional dispatch center. The Coconut Creek Public Safety Complex, another Regional Dispatch Center, will become the backup for the CAD system mission critical application.

2.5 Functional Requirements

The RFP considers the replacement of the Broward County Computer Aided Dispatch System and Mobile CAD applications to include mobile mapping.

2.5.1 Overall Functional Requirements

Industry Standard Architecture – The architecture will be flexible, and will be based on widely accepted standards. This will make it easier to integrate/interface the mission critical applications and other internal and external /modules. It will also improve the systems’ ability to interoperate with a number of modern technologies, such as:• Business Intelligence Tools• Powerful and flexible ad hoc reporting tools;• Geographic information systems (GIS) with preference to ESRI.

High Availability – The architecture, will need full redundancy and fail-over capabilities, and should contain no single point of failure.

Secure –The system will incorporate the elements of authentication, authorization, encryption, monitoring/detection, and physical security that adhere to FDLE and CJIS standards.

Web-Based Architecture – The systems will take advantage of the integrating capabilities of the web services architecture. This will provide many users the ability to interact with the applications via a Web browser.

Scalable – Scalability will be critical to support expansion and workload variability. The system must be designed to maintain CAD dispatch performance independent of any other operation.

Full Integration – CAD and Mobile need to be fully integrated, permitting data to be entered once to update applications and relevant portions of associated systems.

Workflow Functionality – Field applications will be fully integrated with CAD for Digital dispatch-to-field incident data flow. Electronic workflow will enable the specification of business rules, roles, and routings.

Relational Database Management System – Broward County requires the database to be SQL-based relational database technology that supports ready interface and integration among systems.

Data integrity and Validation Tools - The system will facilitate the validation of the key parameters of address and personal identity. The system will validate address entries through integration with the system geo database.

External Integration Flexibility – The system will adhere to the use of industry standards such as NIEM. This will make it easier to integrate mission critical systems and to share data with external systems via NIEM Standards.

Broward County, FLComputer Aided Dispatch RFP

2.5.2 Software Functional Requirements

The requirements for all of the software systems covered by this procurement are described in Exhibit 1, Attachment “A”, titled “Next Generation Computer Aided Dispatch Requirements”. Respond directly into spreadsheet. Submit any additional information in the attached “Pricing/Proposal Sheets”. Include both as part of your proposal.

3.0 HARDWARE AND NETWORK REQUIREMENTS

3.1 Introduction

This section describes the servers, peripherals, data communications equipment, and workstations required for operation of the proposed system(s) to support the application software requirements, volumes, and processing characteristics defined previously.

Respond to each of the points as described in the section by using the attached response forms. For each of the sections and subsections state whether you will meet the requirements. Provide an explanation of your compliance or non- compliance on the response forms.

3.2 Architecture

Provide an introductory narrative of how the proposed CAD and Mobile Systems meet the overall objectives and functional requirements. It should cover the main features and benefits that distinguish it. Follow it up with a S y s t e m D i ag r a m that depicts the overall design.

Subsequent to the introductory paragraph, expand upon your plan for future system enhancements to convince Broward County of the long-term viability of the system architecture and hardware. The installed system must be capable of expansion in a modular and incremental fashion.

3.3 Server Hardware

3.3.1 Operating System and Related Software

Broward County requires Microsoft Windows solutions capable of supporting real-time applications. All proposals must provide the name and version number of the proposed operating system. Proposals that incorporate a proprietary or non-standard operating system must contain an explanation for the choice of operating systems and must indicate whether it is the Contractors intention to migrate to a Windows environment in the future.

In addition to the operating system, the following software packages, complete with any necessary licenses, must be specified with this proposal. The Contractor must state the application that is being used for each of the following:

Network Management and Software Distribution software

Broward County, FLComputer Aided Dispatch RFP

Storage Area Network Industry Standard Relational Data Base Management System (Contractor to

supply) Diagnostic package to aid in checking out and monitoring contractor provided

hardware. File Backup Utility.

3.3.2 Fault-Tolerant Requirement

Fault-tolerant services of some form will be required in order to meet the Performance Requirements specified in Section 5.0. A fault tolerant Server application and disaster recovery solution will be required.

The system must respond gracefully to an unexpected hardware or software failure. Parallel processing is not required, but the system must continue processing without server failure should any one component fail. Raid 5 (disk striping with parity) and hot swap disks are required, along with dual controllers/paths to the disk. The CAD and Mobile servers will provide 99.999% planned up-time. Servers must also have redundant components such as power, fan, controller, and network cards. The proposed system must provide an architecture that will allow the Contractor to guarantee system availability percentages as defined in Section 5 initially and during the life of any license and maintenance agreement.

Seven day, twenty-four hour operations (7x24) for all systems are critical. The system will support real-time (host-host) mirroring of data and functionality with a seamless switch-over feature to the disaster recovery site.

Contractors are asked to describe how the fault tolerant requirements will be met. Describe the proposed disaster recovery methodology.

3.3.3 Capacity

1. Equipment capacity for CPU processing must support the application software requirements, volumes, and processing performance characteristics defined in Sections 2 and 5 for at least 5 years. C o n t r a c t o r s a r e t o i dentify exceptions and provide plans for meeting capacity requirements for 10 years.

2. Sufficient direct access storage to support timely file query and update for all applications, and retention of data per the data conversion requirements specified in the “Functional Requirements Response Forms”. C o n t r a c t o r s a r e t o i dentify excess capacity provided.

3. Sufficient main memory, disk capacity, and processing capability to facilitate installation of the application programs and peripheral devices for processing currently defined systems and expansion capacity to support future requirements. Contractors are to identify any limitations.

4. Multitasking capability for simultaneous processing of application systems is required.

5. Support of additional workstations and remote locations is required. Contracts are to identify any limitations.

Broward County, FLComputer Aided Dispatch RFP

3.3.4 Upgrades and Expansion

At initial installation, using data volumes, processing characteristics, and applications described in Sections 2 and 5, the proposed system must operate at no more than thirty-five percent (35%) of capacity for any extended period of time (for CPU, memory, and I/O performance). It must have the capability to have a field upgrade to projected capacity without changing the initial CPU / disk equipment or other peripherals. The CAD server hardware must support 5 years of calls based upon five percent (5%) per year increase to present call volumes.

The Contractor must describe the expandability of the proposed system in terms of processors, memory, I/O, disk drives, and peripheral devices.

3.3.5 Concurrent Operation

If the CAD and Mobile share the same database, a CAD query that spans a large number of tables might place undue stress on the database server. In addition, a request that locks a large number of rows on a frequently used table could cause contention issues. These types of situations could affect other requests (i.e. CAD transactions), overall system throughput, and response times.

On Line Transaction Processing (OLTP) workloads such as CAD are characterized by many small transactions, with an expectation of very quick response time from the user. Conversely, On Line Analytical Processing (OLAP) are characterized by a few long-running operations that might consume more resources and cause more contention.

All application systems must operate concurrently. If several applications utilize the same server, the system must be configured to assure priority workstation response for CAD.

Explain the safeguards and design patterns that have been used in the application in order to ensure that a single CAD request could not consume a disproportionate level of server-side resources. The agency will expect the contractor to meet the performance requirements specified in Section 5.

3.3.6 Server Functionality

The Contractor is to provide all of the required servers that support the application performance. The Contractor may expand or combine the applications functionality of various servers into more or fewer (hardware) servers, but must describe that in this section. Servers must be rack-mounted.

3.3.7 System Backup

Proposed equipment must enable a full backup of CAD within 2 hours. All systems must remain fully operational when the backup is occurring, without any effect on the live operation.

Over the next five years, the system must be able to perform a full backup of the CAD within 5 hours taking into consideration the increased storage requirements that the new applications will require (e.g. stored images and WAV files with database). Please describe your proposed architecture to accomplish this that could include a SAN and SAN backup

Broward County, FLComputer Aided Dispatch RFP

design that is integrated with the application systems. Proposed equipment must enable a full or partial restoration of all data files.

Contractor must describe method of backup and restoration proposed.

3.3.8 Power and A/C Requirements

Specify the power requirements for the hardware proposed. Include the air conditioning requirements in BTUs for the proposed system.

Contractors must identify power requirements, and specify the number and type of each power outlet that is required for their proposed configurations.

3.3.9 Environmental

All computer equipment must be capable of operation within a temperature range of 50 degrees to 90 degrees Fahrenheit and a relative humidity range of 30 percent to 70 percent, non-condensing.

3.3.10 Network Operating System and Protocol

As described in Section 2, present CAD and Mobile software products are running on a MS Windows TCP/IP network. The Contractor must provide a system that operates on Microsoft Windows over TCP/IP.

3.4 System Implementation and Network Equipment

Broward County has standardized on Cisco Systems as the network equipment provider. The Contractor is to provide design services and Cisco Systems network equipment as follows:

Engineering and design of the:

Primary data center network and server configurations Disaster Recovery active failover solution FDLE security requirements to include but not limited to encryption and

authentication. Segmentation and subnet industry best practices design of server

backbone and CAD/Server network that will optimize and maintain stated system performance.

Work with the Broward County Office of Communications Technology to effect the necessary changes to the Public Safety Intranet Active Directory to integrate the Contractor provided systems.

Implementation of the necessary network switching/routing hardware to support the proposed servers at the Primary and Backup Data Center.

Provision and implementation of Storage Area Network that supports the storage and backup requirements.

Provision of CAD server and workstation hardware. Provision, deployment and installation of CAD mobile servers.

Broward County, FLComputer Aided Dispatch RFP

Provision of all servers required for the overall system operation (e.g. domain controller, message switch, communications gateway etc.)

Implementation of operating systems software and associated databases. Deployment and configuration of the Message Switch solution.

Installation and configuration of all application software at all servers and CAD Workstations. Deployment includes development and integration of interfaces to key external databases.

Deployment and installation of CAD and Mobile client software, and training of OCT and Agency staff.

Deployment of the CAD Mobile Client software. Perform needed file conversion activities. Detailed training of the OCT administrative personnel and network

administrators in the use and operation of the server hardware management systems and tools.

Detailed training of the OCT administrators for support of the databases, and the application software.

Detailed direct user training for application software. Provide any necessary firewall systems necessary to properly secure

the installed applications. Provide the necessary network, server and storage systems to

support the backup for CAD for all locations.

3.5 End User Equipment

3.5.1 Desktop Workstation

Broward County utilizes Microsoft Windows 7 on its workstations. Contractor must verify that their products will operate on Windows 7 operating system. The contractor is also required to provide an explanation of their roadmap to the next version of Windows operating system.

Broward County expects the Contractor to provide the minimum requirements for CAD workstations so Broward County can elect to either purchase the workstations on their own or elect for Contractor to provide the workstations as part of the deployment.

3.5.2 CAD Logging

The Contractor may specify a CAD audit printer (or disk logging) that will be used to print event, case numbers, and unit status activities, administrative messages, data base responses, and other system information of interest at the Communications Centers, and be available in the event of system failure.

3.5.4 Mobile Data Computer (MDC)

Broward County agencies will provide the MDC equipment. The contractor will provide the minimum hardware requirements to run their application.

Broward County, FLComputer Aided Dispatch RFP

3.6 Time Synchronization

The Contractor must provide Netclock time servers. Contractor will install all time synchronization systems and ancillary components, and integrate the device with servers, E-911, radio system, radio console, and voice recorders.

4.0 SERVICE AND MAINTENANCE REQUIREMENTS

4.1 Contractor Instructions

This RFP Section contains general and specific requirements related to the provision of system maintenance and repair and other services throughout the life of the contract between Broward County and Contractor. Services described are both warranty and non-warranty services for any equipment and software whose warranty or maintenance is provided by the Contractor.

4.2 General Maintenance Provisions

The following requirements are applicable to all maintenance and repair services supplied by Contractor or Contractor’s subcontractors, both under and outside of warranty.

4.2.1 The proposed applications must include a minimum first year warranty after acceptance, and assure availability and fixed price for 10 years support and maintenance.

4.2.2 Broward County may purchase one or more additional years of support and maintenance and other specified ongoing services, on a year-by-year basis, or purchase a multi-year support agreement.

4.2.3 Support to be available on next day delivery on parts assuming that the fully redundant component is maintaining the system operational and meeting the 99.999% reliability.

4.2.4 In the event that the redundant component fails and the system is not operational, then the replacement part will be available within 4 hours.

4.2.5 Key spare parts to be kept in Broward County.

4.2.6 Contractor or Manufacturer will provide all labor and equipment, and other materials and expenses, necessary to maintain the hardware system in good operating condition and in conformance with the manufacturer's specifications, technical specifications in Section 3, and the performance requirements in RFP Section 5. C o n t r a c t o r w i l l n e e d t o i d e n ti f y t h e s o u r c e o f h a r d w a r e r e p a i r .

4.2.7 7-day 24-hour software support must be provided for CAD and Mobile. Software support must be available 24 hours per day, 7 days per week.

4.2.8 Operating and Database Software updates for enhancements, and refinements to purchased capabilities will be provided by the Contractor as part of the warranty which begins after acceptance in year one, and as part of the price for maintenance for those

Broward County, FLComputer Aided Dispatch RFP

years in which Broward County has purchased maintenance from the Contractor. Manufacturer support will also be offered.

4.2.9 Contractor will allow for the submission for any system modifications required by Broward County after system cutover. The contractor shall provide feedback to Broward County in the form of a price proposal, or the planned development cycle for the change request.

4.2.10 The contractor is to provide Broward County with their stated update strategy and their requirements for Broward County to accept such updates.

4.2.11 Contractor will provide software and other materials and expenses necessary to maintain the application software system in good operating condition as part of the warranty in year one, and as part of the price for maintenance, for those years in which Broward County has purchased maintenance from the Contractor, in conformance with the application specifications in Section 2 and the performance requirements in RFP Section 5.

4.2.13 Hardware updates for the purpose of correcting errors, or "engineering changes" updates to hardware required routinely by the manufacturer, will be provided by Contractor as part of the warranty in year one, (or as provided by the manufacturer, whichever is greater) and as part of the price for maintenance, for those years in which Broward County purchases maintenance from the Contractor. Manufacturer support may also be offered.

4.3 System Warranty

The following requirements are applicable to all maintenance and repair services supplied by Contractor or Contractor’s subcontractors under warranty.

4.3.1 The entire System solution as proposed in this RFP must include a first year warranty (for Contractor-supplied hardware and software) to conform with contractually agreed specifications, and to protect against any defects or damage, caused by Manufacturer, Contractor, or Contractor’s subcontractors, in the system's equipment or software.

4.3.2 The year one warranty will begin (for products accepted in phases) at the point that the System is officially accepted by Broward County, as defined in RFP Section 5.3, System Acceptance.

4.4 Service and Maintenance Facilities

4.4.1 All proposals must clearly describe all provisions and specific arrangements for service and maintenance of the System and related system components.

4.4.2 A detailed list of qualified service and maintenance facilities that are proposed for service and maintenance work and for factory level service and repair work must be included.

Broward County, FLComputer Aided Dispatch RFP

4.4.3 The names, addresses, telephone numbers and contact persons for all service facilities must be identified in the proposals.

4.4.4 Broward County reserves the right to accept or reject any and all proposed service providers, and/or use of any proposed serviced facilities, at the sole discretion of Broward County.

4.5 Moves, Change, and Additions

4.5.1 Contractor will provide, for the life of the warranty and maintenance contract, the capability of providing technicians to perform these tasks upon request by Broward County.

Technicians will be subject to background and security check.

4.5.2 Contractor will guarantee that the charges for such normal work will be at least the lowest rate in effect for their other customers at that time.

5.0 PERFORMANCE REQUIREMENTS

5.1 Contractor Instructions

This RFP Section contains general and specific requirements related to the performance of the proposed system, both at the point of system acceptance and throughout the life of the contract between Broward County and the Contractor.

System Acceptance will occur in phases as various milestones identified in the implementation plan and agreed to by Broward County are reached. The Contractors implementation plan must clearly define the hardware and software deliverables, tasks or other criteria associated with each milestone.

5.2 Testing

A sample test plan will be provided with each proposal. The successful Contractor must, as one of the early milestones, submit an acceptance test plan for B r o w a r d C o u n t y ’ s approval. The test plan must document how each of the functional specifications are to be tested, the method of verifying the results, and the expected results. The test plan must also include a scenario test that allows for the System (integrated hardware/software) to operate under a simulated test situation.

The performance requirements specified in this RFP must be met before the system is accepted. Contractor is to specify any requirements it has for performance testing.

5.2.1 The Contractor must prepare a plan for correcting failures in any part of the system. Said plan must include reasonable remedies for Broward County to exercise if failures are not corrected in a timely manner.

Broward County, FLComputer Aided Dispatch RFP

5.3 System Acceptance

The following specifications apply to the requirements for Broward County’s acceptance of Contractor’s system after phase in begins.

5.3.1 Broward County expects the starting date for the project to be immediately following the execution of the contract. Notice to proceed shall be identified in the final contract.

5.3.2 Beginning with the first day after the completion of each phase (phases will be specified in the Contractor-provided implementation plan) that the proposed system phase is operational and available to Broward County for testing; an acceptance test will be conducted for thirty consecutive calendar days (the Acceptance Period).

5.3.3 During the Acceptance Period, the proposed CAD and Mobile will undergo a live test, using the mix of users and applications or functions shown in RFP Section 5.8, the System Performance Profile.

In addition to the delivery and inspection of equipment, the following tests of the systems and applications are anticipated:

5.4 Functional Acceptance Test (Test # 1)

During the Functional Acceptance Test (FAT) the Contractor will demonstrate the operation of each proposed or required feature, function and interface as specified in Sections 2 and 3 and Exhibit 1, Attachment “A” “Next Generation Computer Aided Dispatch Requirements”. Additionally, the system must:

5.4.1 Incorporate the local ESRI Map.

5.4.2 Operate upon converted and newly entered data.

5.5 Performance Test (Test # 2)

The purpose of the Performance Tests must be to demonstrate compliance with the performance requirements of this RFP. This test must be conducted on Broward County’s system in one of the Regional Dispatch Centers, and must be conducted for a period of no less than thirty days. To pass the Performance test, the proposed system must, for 30 consecutive days, perform successfully in accordance with the Performance Requirements specified in the System Performance Profile, Section 5.8.

A second component of the performance test will be to demonstrate the capability of the system to handle peak volumes. For this purpose a Stress Test will be designed to simulate full capacity utilization of the Communications Centers.

Additionally, the system must:

5.5.1 Accommodate the call for service volumes and other applicable sizing parameters specified in this RFP.

Broward County, FLComputer Aided Dispatch RFP

5.5.2 Function effectively from all workstations (fixed and wireless).

5.5.3 Allow all files and tables to be updated on-line without adversely affecting performance.

5.5.4 Allow necessary back-ups to be done on-line without adversely affecting system operations, and without lockouts for updates;

5.5.5 Complete queries to interfaced databases without adversely affecting the system. Such inquiries will not tie up or lock up the workstations.

5.5.6 Have converted data loaded into tables at time of testing.

5.6 Reliability Test (Test # 3)

The Reliability Test will be conducted at the completion of all Contractor tasks to demonstrate the operational capability and reliability of the system. In order to successfully complete this test, the Contractor must meet the requirements of this section. In addition the following general criteria and procedures for this test are provided to the Contractor as guidelines. Contractors are advised, however, that Broward County may elect to review and modify the acceptance criteria during contract negotiations based upon specifics of Contractors proposals.

The Contractor Reliability Test must be conducted for a period of 30 consecutive days.

In order to complete the Reliability Test successfully the following conditions must be met.

All computer hardware and software components must demonstrate full availability over the 720 hour test period.

Any component failing three times during the test must be replaced by the Contractor without charge to Broward County.

System performance must continue to meet the Functional requirements of the contract.

Perform successfully in accordance with the other mandatory technical requirements specified in this RFP.

System performance must continue to meet the Performance requirements of the contract.

In the event that the system falls below the required availability mark, the Reliability Test must be halted. At this time the Contractor must correct any deficiencies in preparation for a re-test. If the deficiencies are of such severity that the re-test cannot be initiated within 5 days the Contractor must prepare a Cure Plan and submit the same to Broward County’s Project Manager. The Cure Plan must detail the reason for the Reliability Test failure and the proposed correction, and be approved by Broward County’s Project Manager.

The Contractor must have two opportunities to complete the Reliability Test over a period of 60 days. If the Contractor fails to successfully complete the test in this time period, then at Broward County’s option:

Broward County, FLComputer Aided Dispatch RFP

The contract between Broward County and the Contractor may be terminated as specified in RFP Section 7.

The Contractor will upgrade the system and implementation team with whatever resources are necessary to bring the system into compliance, at no cost to Broward County.

If each phase that the Contractor’s System passes the acceptance test, then Broward County will notify the Contractor in writing.

Upon the successful completion of the Functional, Performance, and Reliability Tests and achievement of all milestones, Broward County will issue a notice of Final Acceptance.

5.7 Ongoing System Performance

The following specification describes the performance requirements for Contractor’s System following Broward County’s formal acceptance of the System and throughout the life of the contract between Broward County and Contractor.

5.7.1 During the remaining warranty and contract period the Hardware/Software components of the system must remain fully operational and available:

99.999% for CAD/Mobile

5.7.2 The initial system hardware and software configuration must handle the anticipated increase of work.

Assuming that growth projections have not been exceeded or other factors beyond the Contractors control have not occurred, the system must continue to meet the functional, reliability, and performance requirements as expressed in this RFP throughout the first five years of system life; hardware must satisfy planned needs for this same time period. In the event that the system fails to meet any requirement of this RFP after acceptance and during the warranty period the Contractor must take appropriate steps to cure the problem and bring the system back into compliance with the performance and reliability requirements at no cost to Broward County.

5.7.3 Throughout the life of the system the contractor will inform Broward County of their industry best practices for network and application architecture. The contractor will provide a semi-annual (twice a year) system tuning in order to maintain optimum system performance.

5.8 System Performance Profile

The following performance criteria are provided as a guide to Contractors in designing the CAD and Mobile CAD System and as the basis for acceptance testing of the implemented System:

Broward County, FLComputer Aided Dispatch RFP

5.8.1 The system must conform to the requirements specified in Sections 2.0 and 3.0 of this RFP.

5.8.2 The system must satisfy all of the operational capabilities described in this Section 5.

5.8.3 The system must provide problem-free interoperability for all the systems hardware and software components specified in this RFP.

5.8.4 The system will interoperate with the present Broward County network components, and operate under the Contractor-implemented LAN.

5.8.5 All reporting functions must be performed without adversely affecting performance and system operations.

5.8.6 Under no circumstances must the user be required to halt CAD (or any other) operations during back-ups or other system administration tasks.

5.8.7 Contractors will not be responsible for the processing time of external systems(e.g. NCIC) when such systems are involved in a transaction.

5.9 System Response Times

The system response time must not exceed an average of the seconds defined below when operating at 2 times the expected initial volumes.

TRANSACTION MAXIMUM RESPONSE TIME

CAD transactions requiring geographic validation 2 Seconds

Other local CAD transactions 1 Second

FCIC queries from CAD 2 Seconds

5.10 Computer System Availability

The following specification defines both system availability and the method by which it is calculated, as it is used in other sections of this RFP.

5.10.1 The system must be considered "available" for use only when all the following three conditions are met.

Installed hardware/software components have power applied and are operating correctly;

All functions and interfaces necessary for the processing and management of calls for service and the management resources are operating correctly; and

All functions necessary for creating, editing or searching for a record maintained

Broward County, FLComputer Aided Dispatch RFP

by the CAD systems are operating correctly.

5.10.2 System availability will be expressed as a percentage of the maximum expected availability over a given period. The system must be available 7 days per week 24 hours per day.

5.10.3 Scheduled down time for the purpose of effecting system upgrades will not be construed as Hours System Unavailable.

5.10.4 The percentage availability for any period will be calculated as follows:

( To t al H o u rs i n P eri o d - H o u rs Sy s t em Un a vail a b l e) x 100

Total Hours in Period

For example, in a 30-day period, maximum availability is considered to be 24 x 30= 720 hours. If the system is unavailable for 7.2 hours during that period, then the availability of the system during the period is

( 7 20- 7. 2 ) x 100 = 99%720

6.0 IMPLEMENTATION REQUIREMENTS

6.1 Contractor Instructions

RFP Sections 6.2 to 6.9 contain all general and specific requirements related to the period between site planning and our final acceptance of the system. RFP Section 6.9 contains a list of required contents for your implementation plan.

6.2 General Implementation Requirements

6.2.1 Conduct of Work

All work will be conducted in a professional and orderly manner. Installation must be completed in a workmanlike manner.

6.2.2 Use of Facilities

Reasonable office facilities will be provided based upon stated requirements of the Contractor. Access to any area outside of normal business hours is restricted; necessary access must be arranged each day as needed with Broward County’s Project Manager, or a temporary access ID may be provided.

6.2.3 Restoration of Premises

Broward County’s premises must be restored to their original condition following implementation of the Contractors systems.

6.2.3.1 This includes removal of debris, restoring areas affected in the normal course of implementation, and repairing damage done inadvertently.

Broward County, FLComputer Aided Dispatch RFP

6.2.3.2 Contractor project manager will be responsible for inspecting all areas before work starts and reporting any pre-existing damage to Broward County’s project manager, and inspecting all work done and the resulting conditions of Broward County's premises each day.

6.2.4 Qualifications of Implementation Staff

Contractor implementation staff must be fully trained and certified by the manufacturer(s) of the system(s) you propose. Their training must be up-to-date for the specific systems being installed. In addition, all key implementation staff must be experienced in similar prior installations.

Additional requirements include: maintaining the involvement of Contractor’s personnel essential to the project, timely replacing any staff deemed unqualified by Broward County, and directing staff to comply Broward County’s rules and regulations.

Note that staff will be subject to an FDLE/CJIS approved background check.

6.2.5 Documentation

6.2.5.1 General

a. The Contractor must be able to supply comprehensive hard and soft copy documentation for the system which covers at least the following subjects:

i) System Useii) System Administration (Server and workstation)iii) User Guideiv) Database Layout, Set up, and Maintenancev) Interface and API Design, Use, and Maintenance

b. The system documentation must be consistent with the instructions supplied by the on-line help systems for the application.

i) The system must include no less than three original copies of documentation describing the use of the system, and its administration. Broward County requires the authority to copy documentation for internal use.

ii) Support on-line, context sensitive, help granular enough to provide help to specific item on the screen without having to scroll through a help file to find the specific description of the item.

iii) The Contractor must provide a printed database schematic and data dictionaries to assist the customer with the addition of site-specific fields and support for the system. Electronic copy to be provided.

6.2.5.2 Hardware Documentation

Broward County requires that the Contractor provide documentation, in binders, for every piece of equipment that the Contractor supplies as part of the system configuration. The Contractor must provide at least three copies of all documentation provided by equipment manufacturers and other suppliers to Broward County. The documentation

Broward County, FLComputer Aided Dispatch RFP

must be contained in one or more binders or other binding to prevent their loss or destruction. Electronic copies to also be provided.

As-built drawings for hardware and network engineering are to be provided by Contractor to Broward County.

6.2.5.3 Software Documentation

The proposal must include a list and description of the software that is required to operate the proposed hardware/software configuration. The documentation must be contained in one or more binders or other binding to prevent their loss or destruction.

Examples of these are: Systems Management Operating Software Application System Reference Application System Tutorial Hardware Operations

Broward County requires that the Contractor provide documentation (3) paper copies and 1 electronic copy for any software that the Contractor supplies as part of the system configuration.

6.2.5.4 System Implementation Documentation

Prior to commencing work, the Contractor must provide an Engineering Plan, including systems design, architectural plan, network integration scheme, and IP addressing and subnet plan, for any Contractor installed components, with clearly identified interface points to other systems. In addition, the delivery of these and certain key documents are expected to be indicated as milestone points on the Project Schedule; e.g., Implementation Plan, System Test Plan and Procedures, and Training Plan.

6.2.5.5 Training and Operations Documentation

Several documents will be prepared that will be used in training personnel in operating the system. The Contractor must describe these documents in its proposal and specify the number of each that will be delivered to Broward County. Examples of these documents are listed above in Section 6.2.5.3.

6.3 Project Management

Broward County will assign a project manager for this implementation project. Broward County’s Project Manager will be the point of contact with the Contractors project manager in all areas indicated in this RFP section. He/she will be empowered to resolve disputes and make decisions about any changes to the implementation plan or technical aspects of the system. He/she will also act as a liaison with Broward County law enforcement and fire rescue department heads, and will assist in coordinating work with the Contractor.

Contractor must also name a project manager. Key expectations for this individual include that this person:

Broward County, FLComputer Aided Dispatch RFP

1) Will be empowered to authorize project changes;

2) Will provide periodic written status reports at a mutually agreed upon time frame.

3) Maintain the involvement of the same Project Manager throughout the project. Subsequent to selection, the Contractor will present the project manager to Broward County for approval.

6.3.1 Coordination

Contractors must include a review of the project plan in each weekly teleconference briefing, and monthly on-site meeting, or more often if necessary. This briefing must include a review of the tasks accomplished and items delivered or installed. The Contractors Project Manager must keep Broward County fully informed of any change in schedule and must provide a modified project plan including Gantt chart for each schedule change of more than one day.

Contractor must deliver written notice to Broward County no less than two weeks prior to the completion of each milestone. The purpose of this notice must be to allow Broward County to schedule personnel who may be required to participate in testing or other activities associated with a pending milestone.

6.3.2 Scheduling

6.3.2.1 All proposals must include a preliminary schedule for the complete implementation of the proposed system components where the expected order of deployment is:

CAD Dispatch

CAD Mobile

6.3.2.2 The preliminary proposal schedules must include clearly identified milestones and tasks for each of the major activities and events that are planned for completion of the System through the complete system acceptance.

6.3.2.3 The Contractor must be required to finalize a detailed schedule and Implementation Plan, for approval by Broward County, as part of the contract negotiation process.

6.3.2.4 The detailed schedules must be included as part of the Contract, and must be maintained by the Contractor, and must be updated and reviewed with Broward County at regular intervals as part of normal project management functions by the Contractor.

6.3.2.5 All scheduled changes must be subject to the prior approval of Broward County.

6.3.2.6 Coordination with Broward County’s project manager is required. Broward County will not be responsible for any extra costs in the implementation phase that are caused by failure on the Contractors part to coordinate with the project manager.

6.3.2.7 Installation of the main system components must also be coordinated with Broward County’s Project Manager. Specify what specific interactions will be required, and what time will be required to make any required interfaces.

Broward County, FLComputer Aided Dispatch RFP

6.3.2.8 Installation of user equipment in occupied areas must minimize disruption to normal business activities, particularly for CAD operations. Specify how this requirement will be met.

6.3.2.9 Implementation of application systems must follow a logical progression, with testing and acceptance of predecessor systems prior to the implementation of additional systems.

6.3.2.10 During testing and startup of the new systems, onsite Contractor technical support is required.

6.4 Site Planning

The Contractor, as part of a walkthrough scheduled with Broward County after award, will verify the condition of facilities available for implementation and recommend the appropriate action if support requirements are not met.

6.4.1 Facility Requirements

As part of site planning the Contractor must specify the facility requirements necessary for the installation of Contractor supplied equipment. This RFP section is indicative of the types of information that is to be included in the proposal. The Contractor, however, must include any additional pertinent information concerning Broward County and/or facilities requirements.

Short-listed Contractor will be required to review the facilities and recommend the changes required for a proper installation of their equipment. The Contractor must then incorporate the time required for any alterations into their project schedule.

6.4.1.1 Alterations

If alterations are needed to accommodate maintenance of the performance of the CAD system, specify these changes. Alterations shall be completed by and at the sole discretion of Broward County. Things to be considered here might include:

Alterations of walls or partitions Dispatch console furniture & arrangement The need for conduit Fire and safety precautions Acoustics Lighting Air Conditioning Special furniture

6.4.1.2 Other Considerations

If applicable, the Contractor should describe any other facility considerations deemed to be applicable. Such items may include, but are not limited to:

Data protection Security Humidity

Broward County, FLComputer Aided Dispatch RFP

Cable installation Uninterruptible Power Supply or power conditioning Electromagnetic interference Power Equipment Influence

6.5 Coordination Meetings

Coordination meetings will be required to ensure mutual understanding and shared expectations in regard to the nature and extent of interface and integration activities. Further, to assure timely compatibility and connectivity, the schedule as preliminarily detailed below, must be accommodated.

6.6 Business Process Analysis and Re-engineering

Contractor is required to analyze the workflow for each of the work areas that will be impacted by the new applications in order to determine the appropriate configuration settings for the system.

6.7 Phase-in Requirements

A project schedule expectation is provided below.

6.7.1 All system components must be tested and the results of testing presented to the Broward County project manager per Section 5.

6.7.2 A Phase-in plan is required as part of your implementation plan, covering testing, and the sequence and timing of events. The following is a potential implementation sequence:

CAD, Mobile Dispatch, appropriate CAD interfaces and CAD data conversion are anticipated to be implemented as Phase One through Phase Four.

Contractors must have their own personnel at the Broward County site during testing and start-up (“go live”) periods in order to ensure a smooth phase in process.

6.8 Acceptance Testing

The performance requirements specified in RFP Section 5 must be met before each system is accepted and / or milestone is met. Your phased implementation plan must specify how performance testing for each phase will be done.

6.9 Training

6.9.1 Training Guidelines

The general training approach desired will be training of System Administrators and support personnel for general systems administration and operations, and select staff

Broward County, FLComputer Aided Dispatch RFP

for application operations. The Contractors training programs must be designed and conducted to provide complete familiarization in applicable system operation.

The Contractor must describe the types of training classes that will be conducted, the number of persons that can be trained in each session, and the total number of hours required for each person to be trained. The training plan must provide for rotating shift operations.

All training, insofar as possible, is to be conducted onsite in Broward County facilities, or locally. A copy of all training materials used by the Contractor is to be delivered to Broward County upon conclusion of the training.

6.9.2 System Training and Documentation Requirements

The minimum training requirements are outlined at the end of this Section. The Contractor should use this as a guideline of requirements and should comment on suggested training.

6.9.3 Training Schedule

With the Implementation Plan, the Contractor must submit a schedule of all proposed training modules with the following information:

Course summary/outline Duration of training for each module Maximum class size Audience Location of training Student prerequisites

6.9.4 Training Simulator

a. The system shall include a training module that allows users to access all CAD databases including the Geofile, unit table, event table, warning files.

b. Users logged on to the training module must utilize the same commands, forms and system features as users logged on to the live CAD system.

c. No data entered or command invoked while logged to the training module must corrupt the live system or noticeably impede the performance of the live system.

d. The system must provide an audit trail of all actions taken while in the training mode for post training review.

e. Broward County would prefer to also have a “keystroke” audit log which is able to show the user’s exact interaction with the training module.

Balance of Page Left Blank Intentionally

Broward County, FLComputer Aided Dispatch RFP

6.9.5 Training Volumes

Training proposals must provide for Application Software and Operating Systems training, primarily through onsite training. Additional Contractor classroom training may be proposed. The following training requirements have been identified in connection with the proposed systems:

Class ParticipantsNumbers

CAD System Administration and Management 6

Call Taker / Dispatcher 200

Mobile Dispatch 1000

Class ParticipantsNumbers

NCIC Access (Mobile and General) 1000

Operating Software, Database and Hardware Maintenance 10

Comprehensive Server Hardware Maintenance andCertification.

6

6.9.6 Ongoing Training

The following requirements are applicable to the provision by Contractor of various categories of training after Implementation and Acceptance

a. Train-the-Trainer capability to be provided with the above.

b. Contractor is asked to describe their program for follow-up training, if and when needed. This training is a separately chargeable item.

c. Rates for subsequent years are subject to negotiation.

d. Contractor may make training available at both Contractors’ training facility and, at Broward County’s option, at Broward County’s site.

e. Charges for training must be included in Project Price.

Balance of Page Left Blank Intentionally

Broward County, FLComputer Aided Dispatch RFP

6.10 Implementation Plan

Your response to these implementation requirements should be included in the implementation plan. This plan can be in your format, but it must:

6.10.1 Include a complete schedule of events, consistent with Section 6.6, in narrative and Gantt chart form.

6.10.2 Show an implementation schedule that has specifically designated phases; each phase should have its acceptance plan and milestones. The overall implementation plan should combine all phases into a coherent plan.

6.10.3 Respond to all of the requirements in this RFP section in the narrative using the same numbering scheme as shown in this RFP. State how each requirement will be met.

6.10.4 Be able to be used as a stand-alone document for use by the project managers and implementation staff.

6.10.5 Incorporate training on Preventive Maintenance procedures and software, if offered (please describe).

7.0 Complete System

Notwithstanding the details presented in the RFP, Proposal, and Contract, it is the responsibility of the Contractor to verify the completeness of the materials lists and suitability of devices to meet the intent of the requirements.

7.1 Continuity of Personnel

Contractor personnel essential to the continuity and successful and timely completion of the project will be available for the duration of the project unless substitutions are approved in writing by the assigned Project Manager of Broward County.

7.2 Perpetual Software License/Source Code

The software license will not have a termination date. All software licenses will be perpetual, surviving bankruptcy, sale, merger, or dissolution of any of the entities providing software to Broward County. Additional licenses fees will not be due because of Broward County having to upgrade its system to satisfy processing requirements.

Source code for proposed programs will be delivered to Broward County upon acceptance, although not necessarily loaded onto the computer; it will be subject to terms such as

Broward County, FLComputer Aided Dispatch RFP

confidentiality as prescribed by the Contractor. Third-party escrow will be a less desirable option.

7.3 Hardware Sizing

It is understood that Contractor is responsible to warrant the sizing of the system as configured for satisfying the requirements of this RFP. In the event the hardware is determined by Broward County to be insufficient in size or capacity, or power, Contractor will within 30 days of determination of under-sizing, provide at no additional cost to Broward County either a replacement unit or additional hardware to satisfy the sizing requirements. A warranty of this requirement will be provided for five (5) years.

Balance of Page Left Blank Intentionally

Broward County, FLComputer Aided Dispatch RFP

Exhibit - 2 - Next Generation Computer Aided Dispatch Requirements

Provide responses to Next Generation Computer Aided Dispatch Requirements for the following Sections:

Overall System Requirements Computer Aided Dispatch Workstaion Requirements Mobile System Requirements Message Switch Requirements Interface Requirements Personnel Requirements Management Reporting Requirements

Requirements Spreadsheet should be completed and provided with your response.

Balance of Page Left Blank Intentionally