Loading...
HomeMy WebLinkAboutExhibit 1's SVJC MyFloridaNet MyFloridaNet (MFN) is a comprehensive solution providing a rich and flexible enterprise communications infrastructure dedicated for the exclusive use of State of Florida customers. The enterprise infrastructure is based on a Multi -Protocol Label Switching (MPLS) technology providing improved security and robust connectivity resulting in a highly available (HA) and highly reliable (BR) statewide communication network. The MyFloridaNet infrastructure provides a more robust network with stringent service levels and enhanced security Based on customer requirements, MyFloridaNet (MFN) provides service elements such as network core, local loop access, customer premises equipment (CPE), security, network management tools, design and engineering for a complete turn -key solution with flat -rate (12 Mbps and below) pricing statewide. MyFloridaNet provides a robust network with stringent service levels and enhanced security. MyFloridaNet will provide service elements such as network core, local loop access, customer premises equipment (CPE), security, network management systems tools, design and engineering, billing and ordering as a complete tum-key solution with flat -rate* pricing statewide (for details on flat rate pricing and applicability refer to DMS web site. * 12Mbps and below SUNCOM — FL. Statutes & Administrative Code Rules Organizations eligible to use SUNCOM services can order MyFloridaNet service. Eligibility for SUNCOM services is defined in Chapter.282, Florida Statutes, and basically includes, • • • State Agencies State Universities and Community Colleges City or County Governments in Florida Non -Profit Corporations (receiving the majority of their funding from the State, County or City) Some Commissions & Boards Water Management Districts FEATURES BENEFITS End to End Quality of Service MFN's sophisticated Quality of Service capabilities allow classification of your data, prioritizing voice, video and mission critical data more efficiently. `Web Based Network Management Check the health of your network from anywhere, anytime, using sophisticated Network Management System (NMS) tools. !Service Level Agreements (SLA) A four hour problem resolution SLA is a standard feature of MyFloridaNet and ensures customer troubles are addressed in a mission critical fashion. `Integrated Security MFN enterprise security solution includes professionally managed and maintained l!advanced security appliances capable of integrating a wide variety of network aware !devices in order to better safeguard the !enterprise. BMF MyFioridaNet MPLS services (MFN) will connect the ATT data centers and PSAPs at Police and Fire College. The service will be billed to the City of Miami by the State of Florida DMS office. Pricing is as follow: Total of Six circuits (Four 12Mg and Two 33Mg), State of Florida Contract services — not contracted with ATT: ;::MEN °Pricing -ion :Ring Core Access Router Total $ $ 12M at Miami PD 400 NW 2"d Av to Grande BMF 711.26 649.31 172.37 1,532.94 12M at Miami PD 400 NW 2"d Av to Boca BMF $ $ 711.26 649.31 172.37 1,532.94 12M at Fire College 3425 Jefferson St to Grande $ $ 711.26 649.31 172.37 1,532.94 12N1 at Fire College 3425 Jefferson St to Boca $ $ 711.26 649.31 172.37 1,532.94 BMF 33M at Grande NCC 33M at Palm Beach NCC $ $ 1014.17 929.7 363.79 2,307.66 $ $ 1014.17 929.7 363.79 2,307.66 My Florida Net Network Access: $10,747.08 per month X 12 mos. = $128,964.96 Total $128,964.96 Annual cost at&t Mr. Kenneth Robertson Director / Chief Procurement Officer City of Miami - Purchasing Department Miami Riverside Center /l H S.W. 2nd Avenue - 6th Floor Miami, FL 33130 AT&T Southeast 500 North Orange Ave Room 534 Orlando, FI. 32801 Mr. Robertson, Thank you for your recent inquiry regarding AT&T Hosted NG911 Services for the City of Miami Florida. AT&T has a long standing history of over 30 years in providing E911 Services to the citizens of the City of Miami, and is proud to have been the sole provider of 911 Network Services in your community since the 911 System was implemented in the 1970s. AT&T has proposed to the City of Miami a NEW Fully Hosted and Managed Next - Generation LP 911 System to replace the aging analog system currently in service, as it has been deemed end of life and no longer -manufactured. This new proposed system will provide enhanced functionality to your 911 Centers and provide the City with the most technologicallyadvanced equipment available in the market today. As the 911 Network services provider and Local Exchange Carrier (LEC) in your area, AT&T is the only company that can provide you this kind of Fully Managed, Hosted Solution for 911 Equipment , located in two (2) geographically diverse AT&T Central Offices, and co -located next to the Network. Connection Points that service the City of Ilflla h. It has been indicated that the City would also like to look at two different Manufacturers of 911 Equipment ,-microDATA, and Cassidian ( Formerly PlantCML). AT&T is the only Colupany that can give you quotes for both of those platforms as Hosted Solutions, provide them along with Local dialtone and 911 Network Services, and house the equipment in AT&T Data Centers located in South Florida. Should you have any questions, or if I can provide you any addititional information about our pro osals or services, please feel free to contact me directly. AT&T Would Ihce to thank you for your business, and we look forward to serving you and he City of Miami. rest regards, Darren Light Senior Solutions Architect AT&T Public Safety Solutions UEI (QQ9 Prouo Sponsor of Ine U.S. Olympic letm PROFESSIONAL SERVICES AGREEMENT By and Between The City of Miami. Florida and BellSouth Telecommunications, LLC d/b/a AT&T Florida This Professional Services Agreement ("Agreement") is entered into this day of 2012 by and between the City of Miami, a municipal corporation of the State of Florida, whose address is 444 S.W. 2nd Avenue, 10th Floor, Miami, Florida 33130 ("City"), and BellSouth Telecommunications, LLC d/b/a AT&T Florida ("AT&T"), a foreign corporation authorized to transact business in Florida whose principal address is 208 S. Akard St. 3032, Dallas, TX 75202, with principal address in Florida of 9850 NW 4151 Street, 4th Floor, Doral, Florida 33178 ("Provider"). RECITALS: WHEREAS, the City issued Informal Request for Proposals No. 284273 on December 20, 2011, ("RFP"), which is attached hereto as Exhibit "A" and incorporated herein by reference for the provision of professional services ("Services") as more fully set forth in the Scope. of Work ("SOW"), which is attached hereto and incorporated herein by reference as Exhibit "B" for a fully managed, hosted NG911 Solution (collectively, the "Solution"), also as set forth in Exhibit "B", and Provider submitted a response to the RFP (the "Response"), which is attached hereto as Exhibit "C" and incorporated herein by reference; and WHEREAS, the Evaluation Committee appointed by the City Manager recommended that the Proposal submitted by the Provider be accepted and that the City Manager negotiate with the Provider; and WHEREAS, the City wishes to engage the Services of the Provider to provide the Solution, and the Provider wishes to perform the Services for the City and to provide the Solution; and 1 ( f 0.-- 7ogi. WHEREAS, the City and Provider desire to enter into this Agreement under the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, Provider and the City agree as follows: TERMS: 1. RECITALS AND INCORPORATIONS: PRIORITY OF PROVISIONS: DEFINITIONS: A. The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. The City's Request for Proposals is hereby incorporated into and made a part of this Agreement and attached hereto as Exhibit "A". The Scope of Work is hereby incorporated into and made a part of this Agreement as attached Exhibit `B". Provider's response dated January 17, 2012 is hereby incorporated into and made a part of this. Agreement as Exhibit "C". The Provider's Insurance Certificate, as o f the Effective Date is hereby incorporated into and made a part of this Agreement as Exhibit "D". The Provider's Pricing Schedules are hereby incorporated into and made a part of this Agreement as Exhibit "E". The order of precedence whenever there is conflicting or inconsistent language between documents is as follows: (1) Professional Services Agreement with the Scope of Work and Pricing Schedules; (2) Provider's Response to the Request for Proposals; (3) Addenda/Addendum to the Request for Proposals; and (4) the City's Request for Proposals. B. In the event of any express or implied conflict between any of the foregoing documents, the following shall be as follows: If there is a conflict with the Request for Proposal and/or the Response to Request for Proposal, this Agreement shall prevail. .The. City reserves . the right to resolve 2 any contradictions and to correct any errors contained in its proposal documents, subject to written mutual agreement of the Parties, which will not be unreasonably withheld, conditioned or delayed. Any conflicts between the RFP and any Addendum shall be resolved in favor of the provisions of this Agreement. If there is a conflict or inconsistency between any term, statement requirement or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into the Agreement Documents by reference and a term, statement, requirement, the specifications and plans prepared by the Consultant or provision of the Agreement Documents the following order of precedence shall apply: In the event of conflicts in the Agreement Documents the priorities stated below shall govern; i. Revisions (Amendments) to the Agreement which are executed shall govern over the Agreement. ii. The Agreement shall govern over the RFP, any Addendum to the RFP and the RFP Response. iii. The RFP Response shall govern over the RFP. C. All terms used in this Agreement shall be defined as stated below: i. "Request for Proposal" ("RFP") shall mean City of Miami, RFP No. 284273 for a fully managed, hosted NG911 Solution (collectively, the "Solution") as amended by any Addendums. ii. "Response to The Request for Proposal shall mean the Response by the Provider to RFP 284273. iii. "Addenda/Addendum" shall mean written or graphic instruments issued prior to the Proposal Opening which modify or interpret the Contract Documents by additions, deletions, clarifications or corrections. iv. "Scope of Services" or "Services" shall mean a comprehensive description of the activities, tasks, design features, objectives, deliverables and milestones required for the completion of the Project or an assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary for its completion. 3 v. "Agreement" shall mean executed contract between the City and the Provider. vi. "Agreement Documents" shall mean the Professional Services Agreement, the Scope of Work, the Pricing Schedules, the Request for Proposal and the Response by the Provider to the Request for Proposal as those terms are defined and identified in this Agreement. "Agreement Documents" is synonymous with the trade term "Contract Documents". vii. "City" shall mean the City of Miami, Florida. The City of Miami shall be referred to herein as "City". For the purposes of this Agreement, "City" without modification shall mean the City Manager. viii. "City Commission" shall mean the legislative body of the City. ix. "City Manager"shall mean the Chief Executive Officer of the City. x. "County" shall mean Miami -Dade County, a political subdivision of the State of Florida. xi. "Provider" shall mean BellSouth Telecommunications, LLC d/b/a AT&T, who is the Contractor performing the specified professional services under this Agreement. 2. TERM; RENEWAL: The initial term of this Agreement shall commence on the first date the City is able to receive 911 calls under this Agreement and shall continue in effect for an initial term of five (5) years with an option to renew for one (1) additional five (5) year period at the sole discretion of the City as outlined in the Scope of Work. To exercise the option to renew, the City shall notify Provider of its intent to renew not later than 60 days before expiration of the Initial Term. 3. SCOPE OF SERVICES: A. Provider agrees to provide the Services as specifically described subject to the special Willis, conditions, budget and schedule set forth in Exhibit "B" which by this reference is incorporated into and made a part of this Agreement. B. Provider represents to the City that: (i) it possesses all qualifications, licenses and expertise required for the performance of the Services and the Solution, including but not limited to full qualification to do business in Florida; (ii) it is not delinquent in the payment of any sums 4 due the City, including payment of permits, fees including, without limitation, franchise fees, occupational licenses, etc., nor in the performance of any obligations to the City; (iii) all personnel assigned to perform the Services for the Solution are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; (iv) the Services for the Solution will be perfoinied in the manner, at such times, and for the budgeted amounts (if applicable) described in Exhibit "B" and (v) each person executing this Agreement on behalf of Provider has been duly authorized to so execute the same and fully bind Provider as a party to this Agreement. 4. COMPENSATION: The amount of compensation to the Provider shall be at the rates, and in accordance with the payment terms, described within Exhibit "E". Payment to Provider shall be made in accordance with the payment terms described within Exhibit "C". The guaranteed maximum annual amount due during the first fiscal year payable to the Provider under the terms of this Agreement shall not exceed the guaranteed maximum annual amount of $2,577,778.88, exclusive of applicable taxes, fees and surcharges; the guaranteed maximum annual amount due during each subsequent fiscal year payable to the Provider under the terms of this Agreement shall not exceed the guaranteed maximum annual amount of $577,778.88, exclusive of applicable taxes, fees and surcharges.' 4.1 Additional Charges and Taxes. Prices set forth in Exhibit "C" are exclusive of and City will pay all taxes (excluding those on AT&T's net income), surcharges, recovery fees, customs clearances, duties, levies, shipping charges and other similar charges (and any associated interest resulting from City's failure to timely pay such taxes or similar charges) relating to the 1 The guaranteed maximum annual amounts indicated above do not include amounts that the City will pay under the My Florida Net Contract, which, under current My Florida Net prices, would represent an additional $128,964.96 annual amount, exclusive of applicable taxes, fees and surcharges. 5 sale, transfer of ownership, installation, license, use or provision of the Services, except to the extent City provides a valid exemption certificate prior to the delivery of Services. To the extent required by law, City may withhold or deduct any applicable taxes from payments due to AT&T, provided that City will use reasonable commercial efforts to minimize any such taxes to the extent allowed by law or treaty and will furnish AT&T with such evidence as may be required by relevant taxing authorities to establish that such tax has been paid so that AT&T may claim any applicable credit. 4.2 Billing. City will pay AT&T without deduction, setoff or delay for any reason (except for withholding taxes as provided in Section 4.1 — Additional Charges and Taxes or in Section 4.4 — Delayed Billing; Disputed Charges). 4.3 Payments. Payments and billing will be made in accordance with the Florida Local Government Prompt Payment Ace, Section 218.70 to Section 218.79, Fla. Stat. Payment is due within forty-five (45) days after the date of the submittal of a proper invoice, as defined by this Act to the City, and must refer to the invoice number. Charges must be paid in the currency specified in the invoice. Restrictive endorsements or other statements on checks are void. Undisputed payments which have been properly invoiced will accrue simple interest of one percent (1 %) per month/twelve percent (12%) per annum on the unpaid balance until paid. 4.4 Delayed Billing; Disputed Charges. City will not be required to pay charges for Services invoiced more than 12 months after close of the billing period in which the charges were incurred, except for calls assisted by an automated or live operator. If City disputes a charge, City will provide notice to AT&T specifically identifying the charge and the reason it is disputed within twelve (12) months after the date of the affected invoice, or City waives the right to dispute the charge. The portion of charges in dispute may be withheld and will not be considered overdue until AT&T completes its investigation of the dispute. Following AT&T's notice of the results of 6 its investigation to City, payment of all properly due charges must be made within ten (10) business days. AT&T will reverse any interest charges that were invoiced in error. 5. OWNERSHIP OF DOCUMENTS: CONTENT PROVIDED TO PROVIDER; INTELLECTUAL PROPERTY RIGHTS & SECURITY: USE OF MEDIA MANAGEMENT SOFTWARE: Provider understands and agrees that any information, document, report or any other material whatsoever ("Information") which is given by the City to Provider, its employees, or any subcontractor, or which is otherwise obtained or prepared by Provider pursuant to or under the terms of this Agreement, is and shall at all times remain the property of the City. Provider agrees not to use any such information, document, report or material for any other purpose whatsoever without the written consent of the City Manager, which may be withheld or conditioned by the City Manager in his sole discretion. Provider is permitted to make and to maintain duplicate copies of the files, records, documents, etc. if Provider determines copies of such records are necessary subsequent to the termination of this Agreement; however, in no way shall the confidentiality as permitted by applicable law be breached. The City shall maintain and retain ownership of any and all documents which result upon the completion of the work and Services under this Agreement. 6. AUDIT AND INSPECTION RIGHTS AND RECORDS RETENTION: Provider agrees to provide access to the City or to any of its duly authorized representatives, to any books, documents, papers, and records of Provider which are directly pertinent to this Agreement, for the purpose of audit, examination, excerpts, and transcripts. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to Provider under this Agreement, audit and inspect, or cause to be audited and inspected, those books, documents, papers, and records of Provider which are related to Provider's performance under this Agreement. Provider agrees to maintain any and all such 7 books, documents, papers, and records at its principal place of business for a period of three (3) years after final payment is made under this Agreement and all other pending matters are closed. Provider's failure to adhere to, or refuse to comply with, this condition shall result in the immediate cancellation of this Agreement by the City. § 18-101 ("Inspections") and § 18-102 ("Audits") of the Miami City Code, as amended, are deemed as being incorporated by reference herein and by virtue of the Code apply to this Agreement. 7. AWARD OF AGREEMENT: Provider represents to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the receipt of an award of this Agreement. A. Provider understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City Agreements, subject to the provisions of Chapter 119, Florida Statutes, as amended, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable laws. Provider's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. B. Should Provider determine to dispute any public access provision required by Florida Statutes, then Provider shall do so at its own cost, risk and expense and at no cost to the City. 9. COMPLIANCE WITH FEDERAL. STATE AND LOCAL LAWS: Provider understands that agreements with local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, record keeping, 8 etc. City and Provider agree to comply with and observe all such applicable federal, state and local laws, rules, regulations, codes and ordinances, as they may be amended from time to time. Provider further agrees to include in all of Provider's agreements with subcontractors for any Services related to this Agreement this provision requiring subcontractors to comply with and observe all applicable federal, state, and local laws rules, regulations, codes and ordinances, as they may be amended from time to time. 9.1 Privacy Laws. To the extent allowed by the Florida Public Records Act, Chapter 119, Fla. Stat., each party is responsible for complying with the privacy laws applicable to its business. If City does not want AT&T to comprehend City data to which it may have access in performing Services, City must encrypt such data so that it will be unintelligible. City is responsible for obtaining consent from and giving notice to its Users, employees and agents regarding AT&T's processing the User, employee or agent information in connection with providing Service. Unless otherwise directed by City in writing, if AT&T designates a dedicated account representative as City's primary contact with AT&T, City authorizes that representative to discuss and disclose City's customer proprietary network information to any employee or agent of City without a need for further authentication or authorization. 10. INDEMNIFICATION: All indemnity obligations under this Agreement shall be construed in light of, and so as not to undermine or diminish the partial immunities afforded providers of 911 services under Florida Statute 365.182 (11), under which Provider is not liable for damages resulting from or in connection with the E911 services which are the subject of this Agreement, unless Provider acted with malicious purpose or in a manner exhibiting wanton and willful disregard of the rights, safety, or property of a person when providing such services. Subject to F.S. Section 365.172(11), AT&T shall indemnify, defend and hold harmless the City and its officials, 9 employees, and its designated third -party administrator for claims (collectively referred to as "Indemnities") and each of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including attomey's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property arising out of, resulting from, or, in connection with (i) the negligent performance or non- performance of the Services contemplated by this Agreement (whether active or passive) of Provider or its employees or subcontractors (collectively referred to as "Provider") which is directly caused, in whole or in part, by any act, omission, default or negligence (whether active or passive or in strict liability) of the Indemnities, or any of them, even if it is alleged that the City, its officials and/or employees were negligent or (ii) the failure of the Provider to comply materially with any of the requirements herein, or the failure of the Provider to conform to statutes, ordinances, or other regulations or requirements of any governmental authority, local, federal or state,, in connection with the performance of this Agreement. Provider expressly agrees to indemnify, defend and hold harmless the Indemnitees, or any of them from and against all liabilities which may be asserted by an employee or former employee of Provider, or any of its subcontractors, as provided above, for which the Provider's liability to such employee or former employee would otherwise be limited to payments under state Workers' Compensation or similar laws. Provider further agrees to indemnify, defend and hold harmless the Indemnitees from and against (i) any and all Liabilities imposed on account of the violation of any law, ordinance, order, rule, regulation, condition, or requirement, related directly to Provider's negligent perfoiuiance under this Agreement, compliance with which is left by this Agreement to Provider, and (ii) any and all claims, and/or suits for labor and materials furnished by Provider or utilized in the performance of this Agreement or otherwise This section shall be interpreted to comply with Sections 725.06 and/or 725.08, Florida 10 Statutes. Provider's obligations to indemnify, defend and hold harmless the Indemnitees shall survive the termination or expiration of this Agreement. Provider understands and agrees that any and all liabilities regarding the use of any subcontractor for Services related to this Agreement shall be borne solely by Provider throughout the duration of this Agreement and that this provision shall survive the termination of this Agreement. Provider shall require any new Sub -Contractor agreements entered into for the performance of the Services to include a provision requiring the Sub -Contractor to indemnify the City, subject to and in such a way that does not diminish the partial immunities afforded providers of 911 service under the law. In reviewing, approving or rejecting any submissions by the Provider or other acts of the Provider, the City in no way assumes or shares any responsibility or liability of the Provider or Sub -Contractor, under this Agreement. 11. DEFAULT: If Provider fails to comply materially with any term or condition of this Agreement, or fails to perform in any material way any of its obligations hereunder, and fails to cure such failure within sixty (60) days after reasonable notice from the City, then Provider shall be in default. Each Party understands and agrees that termination of this Agreement under this section shall not release the Party from any obligation accruing prior to the effective date of termination. 12. RESOLUTION OF AGREEMENT DISPUTES: Provider understands and agrees that all disputes between Provider and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to Provider being entitled to seek judicial relief in connection therewith. In the event that the amount of compensation hereunder exceeds Twenty - Five Thousand Dollars and No/Cents ($25,000), the City Manager's decision shall be approved or disapproved by the City Commission. Provider shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if the amount of compensation hereunder exceeds Twenty -Five Thousand Dollars and No/Cents ($25,000), or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation ninety (90) days if City Manager's decision is subject to City Commission approval); or (iii) City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. 13. TERMINATION:OBLIGATIONS UPON TERMINATION: A. The City, acting by and through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, at any time, by giving written notice to Provider at least ninety (90) calendar days prior to the effective date of such termination. In such event, the City shall pay to Provider compensation for Services rendered and approved expenses incurred prior to the effective date of termination. In no event shall the City be liable to Provider for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any consequential or incidental damages. B. This Agreement may be terminated, in whole or in part, at any time by mutual written consent of the parties hereto. In such event, the City shall not be obligated to pay any amounts to Provider for Services rendered by Provider after the date of termination, but the parties shall remain responsible for any payments that have become due and owing as of the effective date of termination. In no event shall the City be liable to Provider for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any consequential or incidental damages. C. This Agreement may be terminated, in whole or in part, by either party if there 12 has been a material default or breach on the part of the other party in any of its representations, warranties, covenants, or obligations contained in this Agreement and such default or breach is not cured within ninety (90) days following written notice from the non -breaching party. In such event, the City shall not be obligated to pay any amounts to Provider for Services rendered by Provider after the date of termination, but the parties shall remain responsible for any payments that have become due and owing as of the effective date of termination. In no event shall the City be liable to Provider for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any consequential or incidental damages. 14. LIMITATIONS OF LIABILITY AND DISCLAIMERS: 14.1 Limitation of Liability. (a) Either party's entire liability and the other party's exclusive remedy for damages on account of any claim arising out of and not disclaimed under this agreement shall be proven direct damages not to exceed, on a per claim or aggregate basis during any twelve (12) month period, an amount equal to the total charges paid by the City under the initial Term of this Agreement as of the date on in which the claim arose. (b) Except in the case of a party's gross negligence or willful misconduct, neither party will be liable to the other party for any indirect, incidental, consequential, punitive, reliance or special damages, including without limitation damages for lost profits, advantage,savings or revenues or for increased cost of operations. (c) Title and Risk of Loss. Because Provider is providing the 911 Solution as a Hosted Solution and a Service, rather than as a sale of equipment, both ownership and risk of loss remain with Provider, except that the City will be responsible for any damage to equipment caused by the gross negligence or deliberate acts of its agents 13 or employees. Upon termination of this Agreement, AT&T shall have the right to repossess the equipment at a mutually agreeable date and time. 14.2 Disclaimer of Liability. Provider will take reasonable measures to endeavor to deliver its services to the City without error, interruption or delay. Nevertheless, AT&T will not be liable for any damages arising out of or relating to: interoperability, access or interconnection of the services with applications, data, equipment, services, content or networks provided by city or third parties; service defects, service levels, delays or any service error or interruption, including interruptions or errors in routing or completing any 911 or other emergency response calls or any other calls or transmissions, (except for credits explicitly set forth in this agreement); lost or altered messages or transmissions; or unauthorized access to or theft, alteration, loss or destruction of city's (or its affiliates', users' or third parties') applications, content, data, programs, information, networks or systems. 14.3 Disclaimer of Warranties. Except as provided hereinbelow, AT&T makes no representations or warranties, express or implied, specifically disclaims any representation of warranty of merchantability, fitness for a particular purpose, title or non -infringement and specifically disclaims any warranty arising by usage of trade or by course of dealing. Further, AT&T makes no representation or warranty that telephone calls or other transmissions will be routed or completed without error or interruption (including calls to 911 or any similar emergency response number) and makes no guarantee regarding network security, the encryption employed by any service, the integrity of any data that is sent, backed up, stored or subject to load balancing or that Provider'sAT&T's security procedures will prevent the loss or alteration of or improper access to City's data and information. Provider expressly warrants the following: (a) Provider warrants that the deliverables under this agreement will operate in material conformity with product specifications and that all services will be performed in a 14 professional and workmanlike manner. Provider futher warrants that all equipment supplied and installed complies with applicable industry standards. (b) Provider warrants that it possesses the requisite knowledge and experience to provide the services. (c) To the extent it is permitted to do so based on its agreements with suppliers, the Proivder will pass through to the City all manufacturer's warranties, express or implied, associated with the products and equipment that are the subject of this Agreement. ATT SPECIFICALLY DISCLAIMS ANY REPRESENTATION OR WARRANTY OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, TITLE OR NON -INFRINGEMENT, AND SPECIFICALLY DISCLAIMS ANY WARRANTY ARISING BY USAGE OF TRADE OR COURSE OF DEALING. 14.4 Application and Survival. The disclaimer of warranties and limitations of liability set forth in this Agreement will apply regardless of the form of action, whether in contract, equity, tort, strict liability or otherwise, of whether damages were foreseeable and of whether a party was advised of the possibility of such damages and will apply so as to limit the liability of each party and its Affiliates and their respective employees, directors, subcontractors and suppliers. The limitations of liability and disclaimers set out in this Section 6 will survive failure of any exclusive remedies provided in this Agreement. 15. INSURANCE: A. Provider shall, at all times during the term hereof, maintain such insurance coverage(s) or self insure as may be required by the City. The insurance coverage(s) required as of the Effective Date of this Agreement are attached hereto as Exhibit "D" and incorporated 15 herein by this reference. The City RFP number and title of the RFP must appear on each certificate of insurance. The Provider shall add the City of Miami as an additional insured as respects work under this Agreement to its commercial general liability and auto policies and as a named certificate holder on all policies. Provider shall correct any insurance certificates as requested by the City's Risk Management Administrator. All such insurance, including renewals, shall be subject to the approval of the City for adequacy of protection and evidence of such coverage(s) and shall be furnished to the City Risk Management Administrator on Certificates of Insurance indicating such insurance to be in force and effect. Provider shall give at least thirty (30) days advanced written notice to the City of cancellation or non renewal of any required l coverage that is not replaced. Completed Certificates of Insurance shall be filed with the City prior to the performance of Services_ B. Provider understands and agrees that any and all liabilities regarding the use of any of Provider's employees or any of Provider's subcontractors for Services related to this Agreement shall be bome solely by Provider throughout the term of this Agreement and that this provision shall survive the termination of this Agreement.. C. Provider shall be responsible for assuring that the insurance certificates required under this Agreement remain in full force and effect for the duration of this Agreement, including any extensions hereof. If insurance certificates are scheduled• to expire during the term of this Agreement and any extension hereof, Provider shall be responsible for submitting new or renewed insurance certificates to the City's Risk Management Administrator at a minimum of ten (10) calendar days in advance of such expiration. In the event that expired certificates are not replaced with new or renewed certificates which cover the term of this Agreement and any extension thereof: (i) the City shall suspend this Agreement until such time as the new or 16 renewed certificate(s) are received in acceptable form by the City's Risk Management Administrator; or (ii) the City may, at its sole discretion, terminate the Agreement for cause and seek re -procurement damages from Provider in conjunction with the violation of the terms and conditions of this Agreement. D. Compliance with the foregoing requirements shall not relieve Provider of its liabilities and obligations under this Agreement. 16. SAtE WORKING ENVIRONMENT: City will use reasonable efforts to provide that the location at which AT&T installs, maintains or provides Services is a safe working environment, free of hazardous materials and reasonably suitable for the Services. "Hazardous Materials" means any substance or material capable of posing an unreasonable risk to health, safety or property or whose use, transport, storage, handling, disposal or release is regulated by any law related to pollution, to protection of air, water or soil or to health and safety. AT&T shall have no obligation to perform work at a location that is not a suitable and safe working environment or to handle, remove or dispose of Hazardous Materials. 17. RESALE OF SERVICES: City may not resell the Services or rebrand the Services for resale to third parties without AT&T's written consent. 18. NONDISCRIMINATION: Provider represents to the City that Provider does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Provider's performance under this Agreement on account of race, color, sex, religion, age, handicap,'marital status or national origin. Provider further covenants that no otherwise qualified individual shall, 17 solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 19. ASSIGNMENT: The Provider's services pursuant to this Agreement are considered by the City to be unique and specialized services which are considered by the City to be in the nature of personal services being rendered to a natural person. The City has relied on the Provider's expertise, know-how, reputation and recognized skills in selecting the Provider to provide the Services under this Agreement. This Agreement shall not be assigned by Provider, in whole or in part, and Provider shall not assign any part of its operations, without the prior written consent of the City, which may be withheld or conditioned, in the City's sole discretion through the City Manager; provided, however, that Provider may assign all or part of its operations to any wholly owned direct or indirect subsidiary of AT&T, Inc. without such prior written consent, provided that the wholly owned Subsidiary Assignee first executes an Assignment and Assumption Agreement in a form acceptable to the City Manager and City Attorney. 20. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. 18 TO PROVIDER: TO THE CITY: AT&T Johnny Martinez Miriam Buonomo City Manager Account Manager 2 444 SW 2 Avenue 9850 NW 41st Street 10th Floor 4th Floor Miami, Florida 33130 Doral, Florida 33178 With Copies to: Police Chief or other Police official (insert name/title/address/zip) 21. MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. Venue in any proceedings between -the parties shall be in Miami -Dade County, Florida. Each party shall bear its own attomey's fees. Each party waives any defense, whether asserted by motion or pleading, that the aforementioned courts are an improper or inconvenient venue. Moreover, the parties consent to the personal jurisdiction of the aforementioned courts and irrevocably waive any objections to said jurisdiction. B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. C. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. D. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provision, 19 paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then the same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. E. Provider shall comply with all applicable permit requirements and any other governmental approvals, laws, codes, rules and regulations in the performance of this Agreement, including but not limited to licensure and certifications required by law for professional service or technical providers. F. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the parties hereto. Except as set otherwise provided by the City of Miami Purchasing Ordinance (Chapter 18, Article III, City of Miami City Code) or by the City Commission Resolution approving this Agreement, the City Manager shall have the sole authority to extend, to amend or to modify this Agreement on behalf of the City. 22. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors or assigns. 23. INDEPENDENT CONTRACTORS: Provider has been procured and is being engaged to provide Services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, neither Provider, nor its employees, nor any subcontractor hired by Provider to provide any Services under this Agreement shall attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Provider further understands that Florida Workers' Compensation benefits available, to employees of the City are not available to Provider, its employees, or any 20 subcontractor hired by Provider to provide any Services hereunder, and Provider agrees to provide or to require subcontractor(s) to provide, as applicable, workers' compensation insurance for any employee or agent of Provider rendering Services to the City under this Agreement as required by law, which may include self insurance. Provider further understands and agrees that Provider's or subcontractors' use or entry upon City properties shall not in any way change its or their status as an independent contractor. 24. CONTINGENCY CLAUSE: By executing this Agreement, City warrants that City has funds appropriated and available to pay all amounts due thereunder through the end of City's current fiscal period. City further agrees to request all appropriations and funding necessary to pay for the Services for each subsequent fiscal period through the end of the Agreement Term. In the event City is unable to obtain the necessary appropriations or funding for the Services, City may terminate the Agreement without liability for the termination charges set forth in Section --- upon the following conditions: (i) City has taken all actions necessary to obtain adequate appropriations or funding; (ii) despite City's best efforts funds have not been appropriated and are otherwise unavailable to pay for the Services; and (iii) City has negotiated in good faith with AT&T to develop revised terms, an alternative payment schedule or a new Agreement to accommodate City's budget. City must provide AT&T thirty (30) days' written notice of its intent to terminate under this Section. Termination for failure to obtain necessary appropriations or funding shall be effective as of the last day _for which funds were appropriated or otherwise made available. If City terminates the Agreement under this Section, City agrees as follows: (i) it will pay all amounts due for Services incurred through date of termination and reimburse all unrecovered non -recurring charges; and (ii) it will not contract with any other provider for the same or substantially similar services or equipment fora period equal to the original Term. 21 25. J ORCJL MAJEURE: A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, cable cuts, power failure, earthquake, flood, storm, hurricane, sink hole, other natural disasters, epidemic, acts or omissions of carriers or suppliersstrike, labor disputes, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, embargo or other causes beyond such party's reasonable control. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use reasonably best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. 26. CITY NOT LIABLE FOR DELAYS: Provider hereby understands and agrees that in no event shall the' City be liable for, or responsible to Provider or any subcontractor, or to any other person, firm, or entity for or on account of, any stoppages or delay(s) in work herein provided for, or any damages whatsoever related thereto, because of any injunction or other legal or equitable proceedings or on account of any delay(s) for any cause over which the City has no control. 22 27. USE OF NAME: Neither party may issue any public statements or announcements relating to the terms of this Agreement or to the provision of Services without the prior written consent of the other party. Each party agrees not to display or use, in advertising or otherwise, any of the other party's trade names, logos, trademarks, service marks or other indicia of origin without the other party's prior written consent, which consent may be revoked at any time by notice. The Provider agrees to protect any confidential information provided by the City and will not release information of a specific nature without prior written consent of the City Manager or the City Commission. 28. NO CONFLICT OF INTEREST: Pursuant to City of Miami Code Section 2-611, as amended ("City Code"), regarding conflicts of interest, Provider hereby certifies to City that no individual member of Provider, no employee, and no subcontractor under this Agreement or any immediate family member of any of the same is also a member of any board, commission, or agency of the City. Provider hereby represents and warrants to the City that throughout the term of this Agreement, Provider, its employees and its subcontractors will abide by this prohibition of the City Code. 29. NO THIRD -PARTY BENEFICIARY: No persons other than the Provider and the City (and their successors and assigns) shall have any rights whatsoever under this Agreement. 30. SURVIVAL: All obligations (including but not limited to indemnity and obligations to defend and hold harmless) and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination. 23 31. COUNTERPARTS: This Agreement may be executed in three or more counterparts, each of which shall constitute an original but all of which, when taken together, shall constitute one and the same agreement. 32. )NTIRE AGREEMENT: This Agreement and its attachments constitute the sole and only agreement of the parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. 24 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective. officials thereunto duly authorized, this the day and year above written. "Provider" AT&T ATTEST: By: Print Name: Print Name: Title: Title: (Authorized Corporate Officer) "City" CITY OF MIAMI, a municipal ATTEST: corporation By: Dwight Danie, City Clerk Johnny Martinez, P.E., City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: Julie O. Bru City Attorney Calvin Ellis, Director Department of Risk Management 25 EXHIBIT A Request for Proposal No. 284273 and All Addenda thereto 26 YIit .af 41Thrni KENNETH ROBERTSON JOHNNY MARTINEZ, P.E. Chief Procurement Officer City Manager ' ADDENDUM NO. 1 Informal RFP No. 284273 December 20, 2011 Informal Request for Proposals (RFP) for a Fully Managed, Hosted NG911 Solution Please find below Questions from prospective proposers and the City's Answers to those Questions received before the stipulated due date: Q7: Please clarify the number of answering positions required at both of the PSAP locations. We gleen out that there are 60 total 25 at PD, 25 at Fire College, and 10 Mobile. Please confirm. Al: The total number of positions is 54 (22+22+10). Please provide the cost of adding additional positions as an option. Q2: There is reference to a logging recorder. Is a new recorder part of the RFP? A2: Yes. A standalone logging recorder capable of recording all NG911 and Administrative lines is required. Please provide solution for recording at both the gateway and console. Q3: There is requirement for rack -mount of all workstations with only the keyboard, video and mouse at the call taker position. (a) What is the approximate distance -from the workstation location to the call taker position? (b) Is the intention to have workstation CPU's on rack shelves, 'connected via KVM extenders, Or rack mounted 2U CPU? (Concern is the additional cost and consumption of space in equipment room). (c) Can AT&T Provide this as an OPTION from a pricing perspective? A3: (a) The approximate distances at both Miami PD and the Fire College are between 5D-200ft. (b) The class of workstation is at the recommendation of the solution provider. (c) This can be listed as an option. Q4: Training — How many administrators will need to be trained? How many call takers need to be trained? Do you desire a Train the Trainer option? A4: Administrator training wit be for 6 personnel. We do desire a "train the trainer" session for up to 10 personnel. Q5: When does the City expect to install the new system? A5: Upon City Commission approval, contract execution and issuance of a Purchase Order. The vendor will be required to provide a detailed timeline of deliverables and milestones. Q6: On page 34, item #5 says "information regarding the appropriate technical skill sets and approximate quantity of support required." Please clarify. A6: We want the vendor to provide a detailed plan of on -going support to include how many people will be required to maintain the system and what their minimum certifications will be (Example: Vendor certification, A+, Network+, etc). Page 1 Addendum No. 1 December 20, 2011 RFP No. 284273 — Fully Managed, Hosted NG911 Solution Q7: Page 31- DISCOVERY Section: "In addition MPD utilizes three administrative trunk groups with fifteen public switched telephone network lines assigned to them. MFD also utilizes three administrative trunk groups with eight public switched telephone network lines assigned to them. The system has one other trunk group with eight public switched telephone network lines assigned dedicated to outbound calling." Based on the above requirement- We understand the above requires the MPD site will require fifteen (15) adm lines to terminate on the 911 positions, MFD site will require eight (8) adm lines to terminate on the 911 positions, at the MPD & MFD 911 positions require eight (8) adm lines for outbound calling. This allows for a total of 31 adm lines at the MAIN SITE and also support for 31 Adm lines at the Miami Fire Training Center. Please confirm. A7: Quantities listed above are correct. Q8: Page 31 — "MPD Non- Emergency Operations" Merlin System. "In addition to the above mentioned administrative lines that are routed through the Avaya G3, there is an AT&T Merlin II system with twenty three 34 button phone sets in use. Sixteen of these phone sets are only used as internal intercoms between the other Merlin phones. The remaining seven operate with either dedicated lines or groups of lines programmed in a square configuration." Based on the above: (a) Please clarify if any of the "intercom" sixteen (16) phone sets are used by any of the 22 call taking positions or are they used among non-911 call taking positions? Please provide the breakdown. (b) Are the remaining seven (7)•positions that work in a square configuration, used by users with 911 positions or non- 911 positions? Please provide the breakdown. A8: (a) All intercom devices should be separate from the NG911 headsets. • Primary Site (28 Intercom / Phone Locations: 3 EOC, 2 Bridge, 12 Calltaker Positions, 3 Info Channel & Supervisor, 5 Dispatch Positions, 3 Fire Positions) • Backup Site (21 Intercom / Phone Locations: 2 Bridge, 4 Dispatcher Positions, 12 Calltaker Positions, 3 Fire Positions) • Optional pricing should include cost to add additional intercom / phone positions. (b) Yes. Please see updated quantity above. Intercoms at non-911 positions should be able to have assigned administrative lines and outside dialing capability. Q9: Page 33- 1st paragraph: "In addition to the above described systems, the City requires a 911 transportable system capable of answering in a non -predetermined location leveraging VoIP technologies. This concept is often referred to as a "PSAP in a Box" concept. With minimal equipment, the City is looking for a 10 Position system." Based on the above, will mapping and MIS be required? We will include capability for up to 10 came trunks and 10 adm lines. Please confirm. A9: Vendor will provide an option for a Mapping component that can be run on a standard laptop in conjunction with other software such as a CAD client application. Quantity is correct Q10: Page 34- 1st paragraph: "System will have the capability to have handsets and function independently or in parallel with the Intelligent Work Station at each position." Based on the above, does the City mean a separate backup phone set that will work should the PC fail? A10: Yes, however, please price as an option. Q11: What is the breakdown of positions that will require Radio/ Phone headset interface vs. Headset only? All: Primary Site: 7 with radio / phone interface. 15 Headset Only. Backup Site: 4 with radio / phone interface. 18 Headset Only Page 2 Addendum No. 1 December 20, 2011 RFP No. 284273 — Fully Managed, Hosted NG911 Solution Q12: On Page 33 of 51. The City Asks: "Must have the ability to instantly change call routing flows by time of day and associated timers or other parameters "on the fly", and "Ability to route incoming calls utilizing geospatial business rules determined by the system administrators." AT&T understands this RFP to be for a call handling solution only. This type ,of ability refers to CALL ROUTING in the network. Do we -understand that the CITY wants the CALL HANDLING SYSTEM to be able to handle this requirement if the CITY implements a IP Call Routing ESINet in the future? Al2: System should support vector call routing based on userdefined rules. Example: Avaya skills based routing and vectoring. Q13: On Page 32, of 51:. "Improve Public Safety responder coordination and more effectively route emergency calls for service by Geospatial Location Identification." Again, AT&T sees this as a function of CALL ROUTING Network. Do we understand that the CITY wants the CALL HANDLING SYSTEM to be able to handle this requirement if the CITY implements a IP Call Routing ESINet in the future? A13: The requirement for call routing is based on which positions(s) at which physical location receive the incoming call based on Geospatial or date & time parameters. Example: During a large event such as Calle Ocho, the City may desire for all calls coming in from a geofenced area surrounding the festival to be routed to the Emergency Operations Center being manned by call takers using the "PSAP in a box" for a limited time and duration. ALL OTHER TERMS AND CONDITIONS OF THE RFP REMAIN THE SAME. KR/ ms Cc: RFP File Sincerely, Kdnneth Robertson Director/Chief Procurement Officer Page 3 City of Miami Request for Proposals (RFP) Purchasing Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: http://ci.miami.fl.us/procurement RFP Number: Title: Issue Date/Time: RFP Closing Date/Time: Pre -Bid Conference: Pre -Bid Date/Time: Pre -Bid Location: Deadline for Request for Clarification: Buyer: Hard Copy Submittal Location: Buyer E-Mail Address: Buyer Facsimile: 284273,1 Informal Request for Proposals for a Fully Managed, Hosted NG911 Solution 20-DEC-2011 01/17/2012 @ 13:00:00 Monday, December 19, 2011 at 5:00 p.m. Suarez, Maritza City of Miami City Clerk 3500 Pan American Drive Miami FL 33133 US msuarez@ci.miami.fl.us (305) 400-5025 Page 1 of 51 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of en -ors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: SUPPLTRR NAME- ADDRES S PHONE: FAX. EMAIL: BEEPER: SIGNED BY: TITLE: DATE FAILURE TO COMPLETE. SIGN, AND RETURN THIS FORM SHALL DISOUALIFY THIS BID. Page 2 of 51 Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Address of Film: Occupational License Number (copy must submitted with bid): ....................................................................................... Page 3 of 51 Line: 1 Description: Disregard this Line Item. Refer to Special Condition 2.19, and Submission Requirement 6. Compensation Proposal Category: 91551-43 Unit of Measure: Month Unit Price: $ Number of Units: 60 Total: $ Manufacturer Model Number Supplier Part Number Delivery Time from Receipt of Order (Calendar Days) Minimum Order Quanitity Page 4 of 51 Request r'r Proposals (RFP) 284273,1 .` Table of Contents Terms and Conditions 6 1. Genera] Conditions b 1.1. GENERAL TERMS AND CONDITIONS b 2. Special Conditions 24 2.1. PURPOSE 24 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 24 2.3. VOLUNTARY SITE INSPECTION 24 2.4. TERM OF CONTRACT 24 2.5. CONDITIONS FOR RENEWAL 24 2.6. NON -APPROPRIATION OF FUNDS 24 2.7. MINIMUM QUALIFICATIONS 25 2.8. CONTRACT EXECUTION 25 2.9. FAILURE TO PERFORM 25 2.10. INSURANCE REQUIREMENTS 25 2.11. CONTRACT ADMINISTRATOR 27 2.12. SUBCONTRACTOR(S) OR. SUBCONSULTANT(S) 27 2.13. SPECIFICATION EXCEPTIONS 27 2.14. TERMINATION 28 2.15. ADDITIONAL IERMS AND CONDITIONS 28 2.16. PRIMARY CLIENT (FIRST PRIORITY) 28 2.17. UNAUTHORIZED WORK 28 2.18. CHANGES/AL1"hRATIONS 28 2.19. METHOD OF PAYMENT 28 2.20. COMPENSATION PROPOSAL 29 2.21. EVALUATION/SELECTION PROCESS AND CONTRACT AWARD 29 2.22. ADDITIONAL SERVICES 30 2.23. RECORDS 30 2.24. TRUTH IN NEGOTIATION CERTIFICATE 30 3. Specifications 31 ..... .. . . 3.1. SPECIFICATIONS/SCOPE OF WORK 31 4. Submission Requirements 49 4.1. SUBMISSION REQUIREMENTS 49 5. Evaluation Criteria 51 5.1. EVALUATION CRITERIA 51 Page 5 of 51 Request-`-r Proposals (RP?) 284273,1 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent: The. General Terms and Conditions described herein apply to the acquisition of goods/equipment/services with an estimated aggregate cost of $25,000.00 or more. Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this formal solicitation, if applicable; shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. 1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall be considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon issuance by the City of a purchase order. 1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or parts of after opening/closing date and request re -issuance on the goods/services described in the formal solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer who has previously failed to properly perforlu under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this formal solicitation. The City further reserves the right to waive any irregularities or minor informalities or -technicalities in any or all responses and may, at its discretion, re -issue this formal solicitation. 1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available at the City's website at: http://www.ci.miami.fl.us/procurement 1.5. ALTERNATE RESPONSES MAY BE CONSIDERED - The City may consider one (1) alternate response from the same Bidder/Proposer for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder/Proposer shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of the resulting Contract, or any or all of its right, title or interest herein, without City of Miami's prior written consent. 1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this Contract, the prevailing party shall be entitled to recover its costs and reasonable attomey's fees through and including appellate litigation and any post judgment proceedings. 1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for Page 6 of 51 Request °nr Proposals (RFP) 284273,1 three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s) established herein, when permissible by federal, state, and local laws, rules, and regulations. Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s)/proposer(s). 1.10. AWARD OF CONTRACT: A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract/agreement, amendment or addenda. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with Drug -Free Workplace Programs. C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's/Proposer's default. D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or contract award sheet. E. The -City -reserves the right to automatically -extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, .. the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual agreement of such extensions. F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude - upon completion of the expressed or implied warranty periods. G. The. City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified. H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the City's best interests. Such agreement will be furnished by the City, will contain certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 1.11. BID BOND/.BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award Page 7 of 51 Request r'r Proposals (RFP) 284273,1 contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract has been awarded, all bid deposits will be returned on demand. 1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses may be rejected. 1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of establishing the type, function; minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response, complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after formal solicitation opening/closing only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all prospective bidders/proposers and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup -its capital expenditures during the time -it is rendering such goods/services, it -shall not have any claim upon the City. 1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City be liable for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. 1.18. COLLUSION —Bidder/Proposer, by submitting a response, certifies that its response is made without previous understanding, agreement or connection either with any person, firm or corporation submitting a response for the same items/services or with the City of Miami's Purchasing Department or initiating department. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids/responses where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. Page 8 of 51 Request `hr Proposals (RFP) 254273,1 B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation. C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation. 1. City Procurement Ordinance City Code Section 18, Article 111. J. Conflict of Interest, City Code Section 2-611;61. K. Cone of Silence, City Code Section 18-74. L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment. M. First Source Hiring Agreement, City Ordinance No. 10032, as applicable to this Formal Solicitation. Implemented to foster the creation of new and permanent jobs for City of Miami residents; requires as a condition precedent to the execution of service contracts including professional services_ Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be . applicable only to Contracts for the provision of goods and services and public works or improvements for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, butnot l.imited.to, the City Manager.and the .City Manager's staff; the Mayor, City Commissioners, or their respective staffs and any member of the respective selection/evaluation committee. The provision does not apply to, among other communications: oral communications with the City purchasing staff, provided the communication is limited strictly to matters of process or procedure already contained in the formal solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -proposal or pre -bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk, which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk. In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or consultant shall subject same to potential penalties pursuant to the City -Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. Page 9of51 Kequesr *or rroposais txrr) La"+L i 3,1 This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section l 8-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at 305-250-5360, to obtain a copy of same. 1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.22. CONFLICT OF INTEREST— Bidders/Proposers, by responding to this Formal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in your firm. A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of the general public and gained by reason of his/her/its position, except for information relating exclusively to governmental practices, for his/her/its personal gain or benefit or for the . personal gain or benefit of any other person or business entity. B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the City or any person or agency acting for the City, and has not appeared in representation of any third party before any board, commission or agency of the City within the past two years. Bidder/Proposer further warrants that he/she/it is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission; (ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics.. 1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers wan -ant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or services provided as a result of this formal solicitation, and bidders/proposers agree to hold the City harmless from any and all liability, loss, or expense.occasioned by any such violation. 1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and submission of Responses to the City, or any work performed in connection therewith shall be bome by the Bi dder(s)/Proposer(s). 1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107) (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following: (1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the performance of such Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolenproperty, or any other offense indicating a lack of business integrity or business honesty. Page 10 of 51 Kequest •ter rroposals txrrt to.+2. i o,, (3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. (4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) , Debarment or suspension of the Contractual Party by any federal, state or other governmental entity. (6) False certification pursuant to paragraph (c) below. (7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the Contractual Party performing city Contracts. (c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). (d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said party's right to seek judicial relief. 1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or .. services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit response on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. .1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default: A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as nonconforming with the terms of the Contract. E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful Bidder/Proposer incapable of performing the work in accordance with and as required by the Contract. Page 11 of 51 Request '`Nrrroposais itcrr) 1841/.121 F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on this Contract. 1.28:DETERMINATION OF RESPONSIVENESS- EachResponse'will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is one which follows the requirements of the formal solicitation, includes all documentation, is submitted in the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure to comply with these requirements may deem a Response non -responsive. 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the response will be accepted from successful Bidder(s)/Proposer(s) during the tern of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City. 1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Formal Solicitation and will become part of the purchase agreement (contract documents). The City will not be responsible for any, oral instructions, clarifications, or other communications. A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. 1) Addenda (as applicable) 7 2) Specifications 3) Special Conditions 4) General Terms and Conditions 1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of -this formal-solicitation•at the price contained within vendor's response. Further, successful vendor shall deliver/perform for the city on a priority basis during such times of emergency. • 1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect to•the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the Formal Solicitation and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of Miami and Contractor. 1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased.duringthe contract period. The City is not obligated to place an order for any given amount subsequent to the award of this contract. Said estimates may be used by the City for purposes of determining the low bidder or most advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitation. 1.34. EVALUATION OF RESPONSES A.Rejection of Responses The City may reject a Response for any of the following reasons: 1) Bidder/Proposer fails to acknowledge receipt of addenda; Page 12 of 51 Request {ter Proposals (RFP) 284273,1 2) Bidder/Proposer mistates or conceals any material fact in the Response ; 3) Response does not conform to the requirements of the Forma] Solicitation; 4) Response requires a conditional award that conflicts with the method of award; 5) Response does not include required samples, certificates, licenses as required; and, 6) Response was not executed by the Bidder's/Proposer(s) authorized agent. The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best interest of the City. B. Elimination From Consideration 1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. 2) A contract may not be awarded to any person or firm which has failed to perfonn under the tenns and conditions of any previous contract with the City or deliver on time contracts of a similar nature. 3) A contract may not be awarded to any person or firm which has been debarred by the City in •accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibility 1) Responses will only be considered from entities who are regularly engaged in the business of providing the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to demonstrate a satisfactory record of performance and integrity; and, have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other • governmental entity in making the award. 3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal Solicitation. 135. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed on theResponse and shallreferencethe section. Any exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, ilf • exceptions are taken tothe terms and conditions of the resulting agreement it may lead to terminating negotiations. 1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery • costs and charges included in the bid/proposal price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid/proposal. 1.37. FIRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its response will be firm throughout the duration of the contract unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed or -supplied over a period of time. 1.38. FIRST -SOURCE HIRING AGREEMENT (Sec. 18-110) (a) The Commission approves implementation of the first -source hiring agreement policy and requires as a condition precedent to the execution of service contracts for facilities, services, and/or receipt of grants and loans, for projects of a nature that create new jobs, the successful negotiation of first -source hiring agreements between the organization or individual receiving said contract and the authorized representative unless such an agreement is found infeasible by the city manager and such finding approved by the City Commission at a public bearing. (b) For the purpose of this section, the following terms, phrases, words and their derivations shall have the following meanings: Page 13 of 51 iwyuw� avt.w..... ��.... .....—' �- Authorized representative means the Private Industry Council of South Florida/South Florida Employment and Training Consortium, or its successor as local recipient of federal and state training and employment funds. Facilities means all publicly financed projects, including but without limitation, unified development projects, municipal public works, and municipal improvements to the extent they are financed through public money services or the use of publicly owned property. Grants and loans means, without limitation, urban development action grants (UDAG), economic development agency construction loans, loans from Miami Capital Development, Incorporated, and all federal and state grants administered by the city. Service contracts means contracts for the procurement of services by the city which include professional services. Services includes, without limitation, public works improvements, facilities, professional services, commodities, supplies, materials and equipment. (c) The authorized representative shall negotiate each first -source hiring agreement. (d) The primary beneficiaries of the first -source hiring agreement shall be participants of the city training and employment programs, and other residents of the city. 1.39. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24, states that employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional minimum wage requirement and pay its employees the current established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using the consumer price index for urban wage earners and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January 1st. At the time of responding, it.is bidder/proposer and his/her subcontractor(s), if applicable, full responsibility .to determine whether any of its employees may be impacted by this Florida Law at any given point in time during the term of the contract. If impacted, bidder/proposer must furnish employee name(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not 'impact its prices throughoirtfthe term of contract and waiver of any contractual price increase request(s). The City reserves the right to request and successful bidder/proposer must provide for any and all information to make a wage and contractual price increase(s) determination. 1.40. GOVERNING LAW AND VENUE - The validity and effect of this Contract shall be governed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in Miami -Dade County, Florida. 1.41. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the expressed terms and provisions hereof. 1.42. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any personor entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (HHI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards, which include but are not limited to: A. Use of information only for performing services required by the contract or as required by law; B. Use of appropriate safeguards to prevent non -permitted disclosures; C. Reporting to the City of Miami of any non -permitted use or disclosure; D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential; Page 14 of 51 xequest r-^-,rroposats ticrr) Le'Lf /. ,1 E. Making Protected Health Information (PHI) available to the customer; F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; G. Making PHI available to the City of Miami for an accounting of disclosures; and H. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.43. INDEMNIFICATION - Contractor shall indemnify , hold harmless and defend the City, its officials, officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attomey's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent, unless such injuries or damages are ultimately proven to be the result of grossly negligent or willful acts or omissions on thepart of the City, its officials and/or employees.. These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and which conforms to the limitations of.§725.06 andlor §725.08, F1a..Statues,as amended from.time_to time as applicable. Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the.City in no way assumes or shares any responsibility or liability of the Contractor or Sub -Contractor, under this Agreement. 1.44. INFORMATION AND DESCRIPTIVE LITERATURE -Bidders/Proposer must furnish all information requested in .the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and Material Safety Data Sheets (MSDS)as required, covering the products offered. Reference. to literature submitted with a pre-vious response or on file with the Buyer will not satisfy this provision. 1.45. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services required to be provided by the Contractor under this Contract conform to the terms and conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-79), as same maybe amended or supplemented from time to time. 1.46. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation Page 15 of 51 Request To, rroposals La'+z , J, will not be made available until such time as the City provides notice of a decision or intended decision or within 10 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's Web Site following recommendation for award. 1.47. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this Solicitation within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from submitting future responses to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management,•at 414 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1604. The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any and all option terms that may be granted to the Bidder/Proposer. Invoices shall contain purchase order number and details of goods and/or services delivered (i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act). 1.49. LOCAL PREFERENCE A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder .submitting the lowest bestand final bid. In the case of atie. in the. best and final bid between a local bidder. and a non -local bidder, contract award shall be made to the local bidder. B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable professional discretion of the• City Manager, director of the using agency, and the Chief - Procurement Officer, include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in Section 18-73. ha such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP, R.FLI or RFQ, as applicable; otherwise, it will not apply. 1.50. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal. Failure to provide such certification may result in the rejection of bid/proposal or termination of . contract/agreement, for which the bidder/proposer must bear full liability. 1.51. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order, addendum, amendment, or supplement to the contract, purchase order or award sheet as appropriate. 1.52. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other similar relationship between the parties. 1.53. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance Page 16 of 51 Kequest t - rroposats (Krr) 2,b4Z i.),1 with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and retumed at Bidder's/Proposer's expense. These non -conforming items not delivered as per delivery date in the response and/or Purchase Order may result in bidder/proposer being found in default in which event any and all re -procurement costs may be charged against the defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list. 1.54. NONDISCRIMINATION —Bidder/Proposer agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this formal solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion, disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.55. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts for these herein goods and/or services, and to make use of other competitively bid (governmental) contracts, agreements, or other similar sources for the purchase of these goods and/or services as may be available. It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of the successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction with this Formal Solicitation. In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City. 1.56. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the response; however, the City may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City during the evaluation period, but prior to award. 1.57. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to this Formal Solicitation. When submitting an alternate response, please refer to the herein condition for "Alternate Responses May Be Considered". 1.58. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents, records, files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by the Bidder/Proposer for any other purposes whatsoever without the written consent of the City. 1.59. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent permitted -by law. 1.60. PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract price. Page 17 of 51 Kequest k.m_cr J Go -FL. 1.61. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to examine the specifications, required delivery, drawings, and all special and genera] conditions. All bid/proposed amounts, if required, shall be either typewritten or entered into the space provided with ink. Failure to do so will be at the Bidder's/Proposer's risk. A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address, and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry, as required. B. If so required, the unit price for each unit offered shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise specified. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be presumed correct. C. The Bidder/Proposer must state a definite time, if required, M calendar days for delivery of goods and/or services. D. The Bidder/Proposer should retain a copy of all response documents for future reference. E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in ink with the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person signing the response or the response may be rejected. F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the Successful Bidder's/Proposer's response may be included as part of the contract, at the City's discretion. G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in hardcopy format. Use of any other forms will result in the rejection of the response. EF SUBMITTING HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS, UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE. 1.62. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by reason of market change or on the part of the contractor to other customers shall be passed on to the City of Miami. 1.63. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. 1.64. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - - Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in . connection with, the award of this Contract. 1.65. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for the percentage discount to indicate no discount. lithe Bidder/Proposer fails to enter a percentage, it is understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is Page 18 of 51 Request . -.Proposals (RFP) 284273,1 necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. !fa discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders/proposers during the term of the contract. 1.66. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property, if any. 1.67. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties.hereto and their respective heirs, legal representatives, successors and assigns. 1.68. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a response on a contract to provide any goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit responses on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.69. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida•Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 1.70. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT. -.All materials used in the manufacturing or construction of supplies, materials, or equipment covered by this • solicitation shall be new. The items bid/proposed must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this Solicitation. 1.71. QUALITY OF WORK/SERVICES - The work/services performed must be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this Solicitation. 1.72. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a formal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.73. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105) (a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall have the authority to resolve .controversies between the Contractual Party and the city which arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Page 19 of 51 xequest r'-•*.rrupusam kiv_rrmoo-rarer,, Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shallnot be entitled to such judicial relief without first having followed the procedure set forth in this section. 1.74. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000. Protests thereon shall be govemed by the Administrative Policies and Procedures of Purchasing. 1.Protest of Solicitation. i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications or Request for Letters of interest is published in a newspaper of genera] circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 2. Protest of Award. i. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the City Manager's recommendation for award of Contract, which will be posted on the City of Miami Purchasing Department website, in the Supplier Corner, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to receive the notice; or ii. Any actual Responsive and Responsible Bidder whose Bid is lower than. that of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be Page 20 of 51 Kequest =^ rroposais kr rr) Lo'f /.J, 1 excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, .subject to the approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission' within 30 days after he/she receives the protest. In cases involving more than S25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attorney and the City Manager. (c) Compliance with filing requirements. Failure of a party to timely file either.the notice of intent to file a protest or the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section (d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section; the city shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (f) Filing Fee. The written protest must be accompanied by a fling fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract, or S5000.00, whichever is less, which fling fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by 'subsection (e) above. 1.75. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples, at their expense, within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of the City. 1.76. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell, assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion of the performance required by this contract, except underand by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 1.77. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty, service and replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your response. 1.78. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship and services is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement. If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid/proposal. 1.79. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via Page 21 of 51 the Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation closing; however, no award will be made at that time. A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope, box or package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the requisite Response Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed non -responsive. Directions to City Hall: FROM THE NORTH: 1-95 SOUTH UNTIL IT TURNS INTO US1. US] SOUTH TO 27TH AVE., TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. FROM THE SOUTH: USI NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, l BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. B. Facsimile responses will not be considered. C. Failure to follow these procedures is cause for rejection of bid/proposal. D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Responses received after the solicitation closing date and time will be returned unopened, and will not be considered for award. E. Late responses will be rejected. F. All responses are subject to the conditions specified herein. Those which do not comply with these. conditions are subject to rejection. G. Modification of responses already submitted will be considered only if received at the City before the time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent submission which alters' the responses.. A. If hardcopy responses are submitted at the same time for different solicitations, each response must be placed in a separate envelope, box, or package and each envelope, box or package must contain the information previously stated in .1.82:A. 1.80. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for the completion of the contract is subject to the Florida State. Sales Tax in accordance with Section 212.08, Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer. 1.81. TERMINATION —The City Manager on behalf of the City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: A. The contractor is determined by the City to be in breach of any of the terms and conditions of the contract. B. The City has determined that such termination will be in the best interest of the City to terminate the contract for its own convenience; C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.82. TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded to a,Bidder/Proposer have been received, inspected, and found to comply with award Page 22 of 51 request tiu•1 % U-r.. I J,1 specifications, free of damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other applicable law. 1.83. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on their Response. Deliveries are to be made during regular City business hours unless otherwise specified in the Special Conditions. 1.84. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods, whichever comes first. 1.85.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Response contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with your firm's name and the Solicitation number and title markedon the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Response as a "trade secret" you agree to indemnify and hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and attorney's fees incurred by the City by reason of any legal action challenging your claim 1.86. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a change order or purchase order is issued and received by the Contractor_ The qualified Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the contract or any work performed by an employee not otherwise previously authorized. 1.87. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion or other publicity materials containing information obtained from -this Solicitation are to be mentioned, or imply the name ofthe City, without prior -express written permission of the City Manager or the City Commission. For purposes of solicitation evaluation, bidders/proposers must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If variations are not stated on their Response, it will be assumed that the product fully complies with the City's specifications. Page 23 of 51 ivyw'- , ,. 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for the purchase a fully managed, hosted NG91 1 Solution, as specified herein, from a source(s) of supply that will give prompt and efficient service fully compliant with the terms, conditions and stipulations of the solicitation. 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the Purchasing Department, Attn: Maritza Suarez, CPPB; fax: (305) 400-5025 or email: msuarez@ci.miami_fl.us. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than Monday, December 19, 2011 at 5:00 p.m.. All responses to questions will be sent to all prospective bidders/proposers in the form on an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.3. VOLUNTARY SITE INSPECTION Prior to submitting the bid, the bidder is encouraged to visit the site of the proposed work and to become familiar with any conditions, which may in any manner, affect the work to be done or affect the equipment, materials and labor required. The bidder is also required to examine carefully the specifications and be thoroughly informed regarding any and all conditions and requirements that may in any manner affect the work to be performed under the contract. No additional allowances will be made because of lack of knowledge of these conditions. For a site visitation appointment, contact Lt. Sean MacDonald at (305) 603-6158. 2.4. TERM ,OF CONTRACT The proposer(s) qualified to provide the service(s) requested herein (the "Successful Proposer(s)") shall be required to execute a contract ("Contract") with the City, which shall include, but not be limited to, the following terms: (1) The term of the Contract(s) shall be for five (5) years with an option to renew for one (1) additional five (5) years period. (2) The City shall have the option to extend or terminate the Contract. Continuation of the contract beyond the initial period is a City prerogative; not a right of the bidder/proposer. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.5. CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: (1) Continued satisfactory performance compliance with the specifications, terms and conditions established herein. (2) Availability of funds 2.6. NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to Contractor or his assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any particular or any Page 24 of 51 Request +^-.Proposals (Kt-Y) 2642 /.3,1 project(s) will be awarded to any firm(s). 2.7. MINIMUM QUALIFICATIONS Proposers shall satisfy each .of the following requirements cited below. Failure to do so may result in the Proposal being deemed non -responsive. • A. Proposals will be considered only from firms that are regularly engaged in the business of providing goods and/or services as described in this Request for Proposal; that have a record of performance for a minimum period of three (3) years; and that have sufficient financial support, equipment and organization to insure that they can satisfactorily provide the goods and/or services if awarded a Contract under the terms and conditions herein stated. The term "equipment and organization," as used herein shall be construed to mean a fully equipped and well -established facility as determined by the proper authorities of the City. B. The City reserves the right, before awarding the Contract, to require a Proposer(s) to submit such evidence of his/her qualifications as it may deem necessary and as part of the Evaluation Committee's process, may consider any evidence available to it of the financial, technical, and other qualifications and abilities of a Proposer, including previous experiences of same with the City and performance evaluation for services, in making the award in the best interest of the City. C. Proposers shall have no record of pending lawsuits, bankruptcies, or criminal activities and not have any conflicts of interest as defined by applicable law with the City. 2.8. CONTRACT EXECUTION The selected Proposer(s) evaluated and ranked in accordance with the requirements of this Solicitation, shall be awarded an opportunity to negotiate a contract ("Contract") with the City. The City reserves the right to execute or not execute, as applicable a Contract with the selected Proposer(s) that is determined to be most advantageous and in the City's best interest. Such Contract will be famished by the City, will contain certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 2.9. FAILURE TO PERFORM Should it not be possible to reach the contractor or supervisor and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare Contractor in default of the contract or make appropriate reductions in the contract payment. 2.10. INSURANCE REQUIREMENTS INDEMNIFICATION Bidder shall pay on behalf of, indemnify and save City and its officials harmless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of bidder's performance under the provisions of the contract, including all acts or omissions to act on the part of bidder, including any person performing under this Contract for or on bidder's behalf, provided that any such claims, liabilities, losses and causes of such action are not attributable to the negligence or misconduct of the City and, from and against any orders, judgments or decrees which may be entered and which may result from this Contract, unless attributable to the negligence or misconduct of the City, and from and against all costs, attorneys' fees, .expenses and liabilities incurred in the defense of any such claim, or the investigation thereof. The bidder shall furnish to City of Miami, c/o Purchasing Department, /kill SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: I. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability . Page 25 of 51 _mequesi, Each Occurrence $1,000,000 General Aggregate Limit $ 2,000,000 Personal and Adv. Injury $ 1,000,000 Products/Completed Operations $ 1,000,000 B. Endorsements Required City of Miami listed as additional insured Primary & Non Contributory Contingent & Contractual Liability Premises and Operations Liability Explosion, Collapsed and Underground Exposure 11. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident S 1,000,000 B. Endorsements Required City of Miami included as an additional insured III. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of Subrogation IV. Employer's Liability ............................. A. Limits of Liability $500,000 for bodily injury caused by an accident, each accident S500,000 for bodily injury caused by disease, each employee S500,000 for bodily injury caused by disease, policy limit V. Professional Liability/Errors and Omissions Coverage Combined Single Limit Each Claim S2,000,000 General Aggregate Limit S2,000,000 VI. Umbrella Liability (Excess Follow Form) Each Occurrence S1,000,000 Policy Aggregate $1,000,000 The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer in accordance to policy provisions. BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "A" as to management, and no less than "Class V" as to financial Page 26 of 51 •�cyuw, •• .a ,v}. , .so .......,- strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the bidder of his liability and obligation under this section or under any other section of this Agreement. —If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) • calendar days in advance of such expiration. —In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: (4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation To Bid. (5) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the Bidder in conjunction with the General and Special Terms and Conditions of the Bid. The Bidder shallbe responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Bidder. 2.11. CONTRACT ADMINISTRATOR Upon award, contractor shall report and work directly with Lt. Sean MacDonald, who shall be designated as the Contract Administrator. 2.12. SUBCONTRACTOR(S) OR SUBCONSULTANT(S) A Sub -Consultant, herein known as Sub -Contractors) is an individual or firm contracted by the Proposer or Proposer's firm to assist in the performance of services required under this Solicitation. A Sub -Contractor shall be paid through Proposer or Proposer's firm and not paid directly by the City. Sub -Contractors are allowed by the City in the performance of the services delineated within this Solicitation. Proposer must clearly reflect in its Proposal the major Sub -Contractors to be utilized in the performance of required services. The City retains the right to accept or reject any Sub -Contractors proposed in the response of Successful Proposer or prior to.contract execution. Any and all liabilities regarding the use of a Sub -Contractor shall be bome solely by the Successful Proposer and insurance for each Sub -Contractors mustbe maintained in good standingand approved by the City throughout the duration of the Contract. Neither Successful Proposer nor any of its Sub -Contractors are considered to be employees or agents of the City. Failure to list all Sub -Contractors and provide the required information may disqualify any proposed Sub -Contractors from performing work under this Solicitation. Proposers shall include in their Responses the requested Sub -Contractor information and include all relevant information required of the Proposer. In addition, within five (5) working days after the identification of the award to the Successful Proposer, the Successful Proposer shall provide a list confirming the Sub -Contractors that the Successful Proposer intends to utilize in the Contract, if applicable. The list shall include, at a minimum, the name, location of the place of business for each Sub -Contractor, the services Sub -Contractor will provide relative to any contract that may result from this Solicitation, any applicable licenses, references, ownership, and other information required of Proposer. 2.13. SPECIFICATION EXCEPTIONS Specifications are based on the most current literature available. Bidder shall notify the City of Miami Purchasing Department, in writing, no less than ten (10) days prior to solicitation closing date of any change in the manufacturers' specifications which conflict with the specifications. For hard copy bid submittals, bidders must explain any deviation from the specifications in writing as a footnote on the applicable specification page and enclose a copy of the manufacturer's specifications data detailing the • changed item(s) with his/her submission. For electronic bid submittals, bidders must explain in the Header Page 27 of 51 uca,,••- .11V1./VJ4..“J AA-. a ) w . , • Section or by an Attachment and, if applicable, enclose a scanned copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission. Additionally, bidders must indicate any options requiring the addition of other options, as well as those which are included as a part of another option. Failure of bidders to comply with these provisions will result in bidders being held responsible for all costs required to bring the item(s) in compliance with contract specifications. 2.14. TERMINATION A. FOR DEFAULT - lf Contractor defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Contractor shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Contractor was not in default or (2) the Contractor's failure to perform is without his or his subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interests of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami the Contractor will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.15. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General and Special -Conditionsin this solicitation are the only conditions applicable to this solicitation and that the bidder's/proposer's authorized signature affixed to the bidder's/proposer's acknowledgment form attests to this. 2.16. PRIMARY CLIENT (FIRST PRIORITY) • The successful bidder(s)/proposer(s) agree upon award of this contract that the City of Miami shall be its primary client and shall be serviced first during a schedule conflict arising between this contract and any other contract successful bidder(s)/proposer(s) may have with any other cities and/or counties to perform similar services as a result of any catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency impacting various areas during or approximately the same time. 2.17. UNAUTHORIZED WORK The Successful Proposer(s) shall not begin work until a Purchase Order is received. 2.18. CHANGES/ALTERATIONS Proposer may change or withdraw a Proposal at any time prior to Proposal submission deadline; however, no oral modifications will be allowed. Written modifications shall not be allowed following the proposal deadline. 2.19. METHOD OF PAYMENT Page 28 of 51 Payment will be made upon final completion and acceptance of this project. The City will pay the contract price minus any liquidated damages and/or other damages to the Contractor upon final completion and acceptance. Payment will be made on partial deliveries accepted by the City when the amount due on such deliveries so warrants at the discretion of the City. 2.20. COMPENSATION PROPOSAL Each Proposer shall detail any and all fees and costs to provide the required services as listed herein. Proposer shall additionally provide a detailed list of all costs to provide all services as detailed in Section Ill Scope of Services, as proposed. The City reserves the right to add or delete any service, at any time. Should the City determine to add an additional service for which pricing was not previously secured, the City shall seek the Successful Proposer to provide reasonable cost(s) for same. Should the City determine the pricing unreasonable, the City reserves the right to negotiate cost(s) or seek another vendor for the provision of said service(s). Failure to submit compensation proposal as required shall disqualify Proposer from consideration. 2.21. EVALUATION/SELECTION PROCESS AND CONTRACT AWARD The procedure for response evaluation, selection and award is as follows: (1) Solicitation issued. (2) Receipt of responses (3) Opening and listing of all responses received (4) Purchasing staff will review each submission for compliance with the submission requirements of the Solicitation, including verifying that each submission includes all documents required. (5) An Evaluation Committee, appointed by the City Manager, comprised of appropriate City Staff and members of the community, as deemed necessary, with the appropriate technical expertise and/or knowledge, shall meet to evaluate each response in accordance with the requirements of this Solicitation and based upon the evaluation criteria as specified herein. (6) The Evaluation Committee reserves the right, in its sole discretion, to request Proposers to make oral presentations before the Committee as part of the evaluation process. The presentation may be scheduled at the convenience of -the Evaluation Committee and shall be -recorded. . . . . . (7) The Evaluation Committee reserves the right to rank the Proposals and shall submit its recommendation to the City Manager for acceptance. If the City Manager accepts the Committee's recommendation, the City Manager's recommendation for award of contract will be posted on the City of Miami Purchasing Depaituient website, in the Supplier Comer, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. The City Manager shall make his recommendation to the City Commission requesting the authorization to negotiate and/or execute an agreement with the recommended Proposer(s). No Proposer(s) shall have any rights against the City arising from such negotiations or termination thereof. (8) The City Manager reserves the right to reject the Committee's recommendation, and instruct the Committee to re-evaluate and make another recommendation, reject all proposals, or recommend that the City Commission reject all proposals. (9) The City Commission shall consider the City Manager's and Evaluation Committees' recommendation(s) and, if appropriate and required, approve the City Manager's recommendation(s). The City Commission may also reject any or all response. (10) If the City Commission approves the recommendations, the City will enter into negotiations with the selected Proposer(s) for a contract for the required services: Such negotiations may result in contracts, as deemed appropriate by the City Manager. (11) The City Commission shall review and approve the negotiated Contract with the selected Proposer(s). Page 29 of 51 2.22. ADDITIONAL SERVICES Services not specifically identified in this request may be added to any resultant contract upon successful negotiation and mutual consent of the contracting parties. 2.23. RECORDS During the contract period, and for a least five (5) subsequent years thereafter, Successful Proposer shall provide City access to all files and records maintained on the City's behalf. 2.24. TRUTH IN NEGOTIATION CERTIFICATE Execution of the resulting agreement by the Successful Proposer shall act as the execution of truth -in -negotiation certificate stating that wage rates and other factual unit costs supporting the compensation of the resulting Agreement are accurate, complete, and current at the time of contracting. The original contract price and any additions thereto shall be adjusted to exclude any significant sums by which City determines the contract price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such contract adjustments shall be made within one (1) year following the end of the Agreement. Page 30 of 51 t�cyuw� - 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK City of Miami NG9-1-1 Call Handling Software Platform (CHSP) Requirements (All acronyms are defined al the end of this document) J)iscovery There are currently two sites of operation for E911 call taking within the City of Miami. The main site is in the Miami Police Department building (MPD) and the backup site is at the Miami Fire Training Center (FTC). Both positions are mirrored in call taking capabilities. Miami Police Department (MPD) is the Primary PSAP and the Miami Fire Department (MFD) is the Secondary PSAP. MPD operates 15 pure call taking positions with fifteen 911 CAMA trunks and MFD operates 7 call taking positions with seven 911 CAMA trunks with each position also being dispatch capable. In addition MPD utilizes three administrative trunk groups with fifteen public switched telephone network lines assigned to them. MFD also utilizes three administrative trunk groups with eight public switched telephone network lines assigned to them. The system has one other trunk group with eight public switched telephone network lines assigned dedicated to outbound calling. The current equipment platform is an AVAYA G3si integrated with a Positron Lifeline 100 with each of the 22 Positron Power workstations with Positron Power Map and has been installed and operational since March of 2005. There is a third system which is installed in the MPD building which utilizes a Positron Lifeline 100 with eight IAP Plus phones with eight 911. CAMA trunks and twelve public switched telephone network lines. MPD 911 Call Operations MPD answers the new incoming 911 calls delivered to call screener skill thatthen has the capability to transfer the call to a language skill if the call pertains to police matters. If the call is fire or EMS related the screener initiates a PSAP tandem transfer to transfer the call to MFD. Thus MPD utilizes the skills based routing capabilities provided by the Avaya G3 and each of its call takers is logged into the system based on their skillset. Calls are delivered by forced call delivery. MPD currently utilizes a Motorola Printrak CAD system. MPD Non-Emergencv Call Operations . ...... . . . . . . . . .. . . ..... . .. . . . . . . . ... ... .. . . MPD answers calls routed through the Avaya G3 ACD thru three non -emergency administration trunk groups which terminate into separate call queues. The Group 1 (305-579-6111) is the MPD general telephone number which is comprised of eight trunk group members. Group 2 (305-372-0000) is the Citizens on Patrol which is comprised of three trunk group members and Group 3 (305-579-3494) is the MPD Alarms group which is comprised of four trunk group members. In addition to the above mentioned administrative lines that are routed through the Avaya G3, there is an AT&T Merlin 11 system with twenty three 34 button phone sets in use. Sixteen of these phone sets are only used as internal intercoms between the other Merlin phones. The remaining seven operate with either dedicated lines or groups of lines programmed in a square configuration. MFD 911 Call Operations MFD answers its new 911 calls that are delivered by MPD or other PSAP tandem transfers. The calls are delivered by the AVAYA G3 however MFD does not utilize the ACD functionality, each of the seven positions ring and is answerable for each trunk. (MFD does plan on implementing ACD functionality in the new system.) Each of the call taker positions route audio through Motorola CIE's radio telephone interface facilitating a single headset jack for both radio and phone audio with push to talk capability for the radio (6 wire). MFD utilizes a homegrown CAD system. MFD Non-Emergencv Call Operations There are three non -emergency trunk groups which are routed by the AVAYA in a square configuration on each of the seven MFD Positron workstations. Group 1 (305-579-6231) is the administrative group for the MFD call center and has four trunk group members. This group is accessible at each of the seven call taking workstations. Group 2 (305-579-6275/76) is the Alarm Office supervisor lines and has two trunk group members. Group 3 (305-579-6245/46) is the Fire Central Information Officer lines and has two trunk Page 31 of 51 i'Lcyuwi..^ ...... , , group members. The three trunk groups described above are accessible at each of the call taking positions and in addition three non-CTI phones administrative phones. The backup facility is a near mirror image of the main site with the difference being fewer dispatch consoles for MFD. The primary and backup sites are in an active, passive configuration where only one site can be live and receiving E911 calls at any given time. It is the goal of the City of Miami to expand our capacity by making both sites active, doubling the potential number of call takers. There is a third eight position Positron Lifeline 1AP plus system that was initially installed and configured as a backup site prior to the newer backup FTC site previously mentioned going online. It has eight 911 CAMA trunks and twelve public switched telephone network lines. It is used during both emergency and non -emergency events that do not require a building evacuation, i.e. primary system failures, equipment, furniture, and building maintenance. On occasions it has been used to support other PSAPs in times of emergency where no backup was available. Recording All locations record analog at the line and digitally via the native Avaya ports through a Nice recording system. There is no current Vol!' recording capability through this system. Currently the storage requirement is five (5) years. Goals and Objectives The City of Miami overall project goals are to include the following: Improve System -wide emergency response time to Citizens by reducing overall call intake time. Improve reliability of the E911 system minimizing equipment failure probability by replacing end of life equipment. Improve connectivity to Citizens by providing redundancy in distributed system operations. • Increase service capabilities by doubling the amount of active positions thus providing additional staffing capabilities in the event of natural disasters or as needed. Improve connectivity for Public Safety Answering Points with future technologies by complying with new standards, i.e. NG911 (i3). Improve Public Safety responder coordination and more effectively route emergency calls for service by geospatial location identification. Provide a means to• efficiently and effectively interface between mutual municipalities in the event of .natural disasters or as needed. Expectations The City of Miami desires a fully hosted "turnkey" installation for the entire CTI telephone system. The "System" will be fully redundant fault tolerant and load sharing hosted in two separate Central Offices with no single point of failure. The vendor is responsible for installing and maintaining all equipment and cable and all software configurations required to support the proposed system. The vendor shall -be responsible • for all equipment, cabling and software up to and through the headset jack. The vendor shall be responsible for coordinating the removal of existing telephone equipment. Prior to any physical work the vendor will do a walkthrough of the facilities with City of Miami representatives. The vendor is required to provide a Gantt chart for the installation process once the notification of contract award has been received. The vendor will provide a technical representative that is capable of comparing the new system business rule capabilities with the older Avaya call routing business rules to identify any workarounds that may be. required. Once satisfactory software configuration solutions are agreed upon by City of Miami representatives, work can then commence at the FTC site. The FTC location will have all existing telephone equipment removed by the vendor and then complete the installation of the new CHSP. At that time acceptance testing for that facility will begin. Once acceptance testing is completed City E911 and dispatch operations will be moved to the FTC site on the new system. After being live with no .unresolvable operational issues, City representatives will give the go ahead to begin the process again at the MPD site. As with the other site, acceptance testing will take place and the City E911 and dispatch operations will move back to the MPD site. At this point an entire system acceptance test will take place covering dual site operations. Page 32 of 51 Request.f^ :Proposals (RFP) 264273,1 In addition to the above described systems, the City requires a 911 transportable system capable of answering in a non -predetermined location leveraging VoIP technologies. This concept is often referred to as a "PSAP in a Box" concept. With minimal equipment, the City is looking for a 10 Position system to replace the current Lifeline 100 with the IAP Plus phones previously described. The system must have minimal equipment to leverage the portability of the system. The portable system must still maintain ANI/AL1 capability on the phone set and business routing rules of the primary system if desired. General Requirements (Mandatory unless indicated Desired) Ability to partition the phone system into two (2) PSAP's with distinct call handling business rules. Ability to route incoming calls utilizing geospatial business rules determined by the system administrators. Must have the ability to instantly change call routing flows by time of day and associated timers or other parameters "on the fly". Ability to distribute incoming 911 calls to either the Primary or Secondary PSAP utilizing automatic call distribution based on skills based routing defmable by business rules defined for use by the main PSAP. Ability to provide a portable call answering system to a non -predefined location with minimal equipment and retain the call answering routing defined in the common business rules. • Ability to implement forced call answering for call taking agents logged into specific skills/queues. Ability to perform any system tasks from any authorized workstation depending on logon credentials Ca11 taking workstations must have the ability to operate independently with a four (4) wire headset jack or integrate with a Motorola Gold Elite CIE using a six (6) wire headset jack. Must have real time performance monitoring tools with alarming capability to measure and display call taking and system performance monitoring benchmarks. Must utilize off the shelf components to comprise the call taking workstations. Must be fully compliant with the NENA standards (Call Centers, Workstations, CAD Integration, Security and specifically i3 specification. Must be able to maintain call recordings for a time period of at least 5 years with the only limitation being storage capacity. Ca11 recordings must be able to be loaded onto permanent media for later retrieval and play back independent of the main recording system utilizing a simple search and playback software using common industry playback file types, e.g. wav, mp3, etc. • Must have no single point of failure in system design to include equipment and network routing, (no common man holes) and the capability of load balancing to include diverse networks and redundant hardware up to and including the workstations. . . . . . . . . . . . . . - . . . Must have reporting capabilities on all database fields utilized in the system with MIS report generator software allowing for ad hoc reports. Must provide query or read only access to all fields in the database using standard interfaces (ODBC, OLEDB, etc.) for ad hoc reporting utilizing 3rd party products such as Crystal Reports or Microsoft Reporting. Services. • Ability to support Instant Messaging (IM) and Short Messaging Service (SMS) dialogue from public - callers • Call taking workstations must have full TTY communications capability for the hearing impaired callers. Must have the ability to load balance call processing between two call processing systems in geographically diverse Central Offices with each call processing system capable of handling 100 percent of call processing load during peak operational times. Normal operation will be a load balanced system with each call processing system balancing the operational load. Must have an upgrade roadmap to transition to IPv6. The system shall support additional one -button transfers to other entities, via dedicated circuits or pre-programmed dialed digits. In the event that a primary PSAP is out of service, or that all E911 trunks to that PSAP are out of service, 911 calls shall be routed to an alternate PSAP. The installed system will provide the capability for real time measurement of Quality of Service for network infrastructure. System to provide overall 99.999% availability, measured on a 24 hour per day, 7-day per week basis, accumulated over a one-year period. Page33 of51 xequest *rrupo us (lu-r j ao-r /.), System will have the capability to have handsets and function independently or in parallel with the Intelligent Work Station at each position. Ability for the mapping application to co -reside on the same hardware as the proposed E911 Intelligent Workstation. The CHSP shall be capable of determining system integrity as part of a self -test routine. Upon detection of a defective software block, the unit shall signal that a failure has occurred. The Vendor will supply the cost of the CHSP for additional workstations if PSAPs choose to add - workstations or 911 capable phones outside of the previously scoped quantity. Unless exempted in writing, the vendor is required to include a plan for ongoing application and operational support. The plan shall include information regarding the appropriate technical skill sets and approximate quantity of support required. The plan shall also identify how application support is to be conducted. It is highly desirable for the City to' have the workstations rack mountable at a single location with only the keyboard, mouse and monitors at the call taking positions for full environmental and security control. Technical Repair -and Response Resolution Vendor will maintain a trouble reporting call center to accept trouble tickets (calls for service) 24 hours a day 7 days a week 365 days a year capable of immediately dispatching technicians should the severity of a failure warrant it. The vendor will provide an online notification of trouble ticket status and trouble ticket tracking with the ability for the City to tag and escalate trouble tickets A log of all maintenance and repair work shall be provided and maintained by the vendor at each PSAP. The log shall be accessible to the PSAP managers. The vendor will maintain a spares kit of critical spare parts inventory at each site to ensure quick and response correction of trouble reports. The equipment must include but not be limited to: (parts, modules, boards, CPU's, monitors and/or equipment) required to repair the system if necessary. Vendor is required to maintain sufficiently trained and manufacturer certified personnel to support not only day to day operational maintenance and repairs during business but also emergency repairs outside business hours. Failure Severity Definitions Low Priority (Minor Failures) System functionality is only minimally affected through loss of a support system. Call answering .and call processing of geographic location. is not impacted.. For example, Call MIS system or call center performance displays/annunciators. High Priority (Major Failures) Mission critical equipment has failed impacting the call answering capacity however calls can still be answered. For example, a failed workstation required component has failed bringing down a single workstation. Real time ACD/Call Center performance monitoring is not operational. Critical Priorityy-(Major-Failures) Mission critical equipment has failed and calls cannot be answered. For example, a major data component or equivalent has failed bringing down all or multiple workstations or a major alarm exists in the system. Response Times Low Priority Calls for service can be handled during normal business hours (Monday thru Friday (8 am to 5 pm) and resolved within 2 days. High Priority Calls for service will be handled without time exception with a technician dispatched and onsite within 4 hours and resolved within 24 hours of being reported. Critical Priority Calls for service will be handled without time exception with a technician dispatched immediately and onsite within 2 hours and resolved as soon as possible. Technical Standards Systems shall comply in all material respects to NENA Technical Standards to include but not limited to Page 34 of 51 tcequest.T' .rroposais krcrr) h.a+L NENA 58-001 Standard for IP Capable PSAP, NENA-04-001 Standard for E911 PSAP Equipment, NENA-04-004 Standard for E91 PSAP Intelligent Workstations, and NENA-04-503 Standard PSAP Network/System Access Security, NENA-75-001 Standard Security for Next Generation 911 as well as the recommendations of NENA 08-501 Technical Information Document -Network Interface to IP Capable PSAP. Standards by ANSI -accredited bodies (e.g., ATIS/ESIF, NFPA) should be consulted for guidance in proposing solutions to the City. The City intends that accepted national standards be leveraged to the greatest extent possible to facilitate installation, interconnection, administration and long term capability of the installed system. NG9-1-1 Functionality and 13 Compliance The CHSP shall be fully compliant of the NENA I3 standard capable of providing Next Generation 9-1-1 functionality including but not limited to: Voice, text, or video emergency calling from any communications device via Internet -like networks; Advanced data from personal safety devices such as ACN or medical alert systems; "Long distance" access and transfer and improved interoperability; and Location -specific emergency alerts possible for any communications device. Oualih' of Service (OoS) Implementation of systems that support industry standards for QoS, such as MPLS, 802.1p, 802.1 q and Diffsery are vital to• the development of a converged solution. The vendor will be required to certify QoS minimum standards prior to installation and have a recommended alternative plan for points of failure for their solution. Minimum Performance • The City of Miami requires the proposed solution to meet the following minimum performance standards: The system must have Network Management Tools/Software measuring the system network performance throughout the system to include central offices and secondary sites. The monitoring tools must be capable of determining minor problems and provide network traffic monitoring to include network latency/jitter performance. The system must not permit bandwidth reduction for use by other entities. This bandwidth engineering should be of such that there is no degradation during peak hours when processing simultaneous calls. PSAP Alarms The CHSP shall monitor major system components and data streams for alarm conditions. When a system malfunction is detected or data error occurs, the CHSP shall autocratically activate audible and visual alarms to warn user of the condition.' Alarm conditions shall be able to -be monitored from remote locations (i.e. E9-1-1 system repair service). Example of alarm conditions shall include, but are not limited to the following: Site location Equipment failure Software failure Power failure Network failure and degradation, i.e. latency and bandwidth Thresholds exceeded for service affecting failures E9-1-1 line failure Alarm Messages When alarm conditions are detected, the CHSP shall generate alarm messages with a date and time stamp to a log maintained on the E9-1-1 server and notify PSAP designated personnel via email and SMS Alarm Operation When an alarm condition is detected, the central processor shall operate alarm relay contacts that operate external audible/visual alarms. Alarms shall be both audible and visible to PSAP personnel while working at their normal answering positions. The audio portion of the alarm may be switched to a silent mode so that dispatch center operation is not disrupted, but the visual indication shall remain on as long as the trouble condition exists. When the alarm condition has been cleared and the audible alarm switch is in the silent position, the trouble light will stay on and the audible alarm shall activate and stay on until the alarm switch is returned to the normal position at which time the audible alarm will be silenced and the trouble Page 35 of 51 iteque.st J 1U}lVJaaJ lav a) light will go off. The alarm system shall operate independently of the PSAP equipment so that in the event of a total PSAP failure, the alarm system continues to operate as designed. The CHSP shall allow for the reset of the audible alarm status. Problem or failure notification must also be capable of notifications via email and SMS. Remote Alarms: The remote alarm interface shall be compatible with dial up or dedicated line, asynchronous ASCII communications or via Network. System Administration The desired system will allow the City to manage the required system administration functions for all locations. System administration requirements include: Secure administration for all sites on the network available on the LAN with system administrative authorization. Ability to run basic diagnostic checks and backup as well as restore data. Ability to support remote administration at all sites (terminal services, VPN). Ability to perform standard software changes (moves, adds, changes). Ability to build/modify stations, trunk groups, trunk routing tables and ACD groups from a Graphical User Interface (GUI) using English language commands. The system must provide reporting that allows the system administrator to determine traffic/trunking requirements, processor busy levels and service quality. Implementation Requirements Project Planning Vendors are required to plan the implementation in such a manner as to provide NO downtime to the City of Miami Business and Emergency service operations. This will include a phased approach to implementation, with cutover of all sites in a closely managed migration. The vendor is required to provide a Gantt chart for the installation process once the notification of contract award has been received. Information to be included in any event or sequence your company deems necessary for the completion of a successful implementation_ Include information such as: Plan for facilitation of "Hot" cutover in limited computer/server room space environment User interviews to design the database (all systems) y/ Design and build new system, and CPE gateways Pre-cutover meetings An installation phasing for the backup site . . ..................... ............ ...... . Testing of each phased location Network order processing and coordination Coordination with all service providers connecting to the system for correct provisioning and cutover Identification of telephone numbers and extensions for cutover planning Staged end -user training on all applicable systems before, during and after cutover Provision for "Help Desk" staffing throughout the first week of cutover Terminate all system cables on systems, and other ancillary equipment requested and/or installed Cross -connect all cables from station distribution field to new VoIP system and analog gateways Cross -connect all trunks to trunk ports on new system All network changes/modifications are required to be approved and coordinated with the City's network personnel. The chosen vendor must be responsible for immediate response of vendor created outages Provide complete implementation documentation including: Network design Installation of all hardware and software systems purchased by the City from the selected vendor Extensive pre -testing of all systems connected to include but not limited to: Main system All remote site systems All trunks Page 36 of 51 i�i.yuw� .vyvo...., System administration All stations (IP, cordless, wireless, headsets) Third party hardware and software attached to any system(s) purchased through the selected vendor . Acceptance Testing The CHSP shall undergo a burn -in period and extensive testing subject to the approval of DPS. The provider shall provide qualified technicians to install and test all elements of the CHSP. CHSP provider technicians shall also be available to witness and facilitate acceptance test procedures. Acceptance test plans are required as determined by the City. The City and Vendor shall work together to determine whether or not the system passes an acceptance test performed..The Vendor shall be prepared to give a live demonstration of the CHSP at a location to be determined prior to any PSAP installations Jnfrastructure Installation Vendor will be responsible for all cabling end to end at all sites requiring additional infrastructure, the cabling vendor (contractor) shall install required CAT6, 4-pair, plenum rated cable to each of the required workstations along with plenum rated cabling required to satisfy the recording needs as specified. At the associated Telecommunications Room (TR), all new infrastructures shall be terminated on new termination panels. The contractor shall be responsible for confirming existing termination field availability. All new . data infrastructures shall be terminated on an RJ45 patch panel configuration consistent with each of the facilities data field build out. All other existing cabling infrastructure shall be left "as is". All cables installed in workstation furniture shall be provided in a length to accommodate the full range of workstation motion, as well as providing for access and removal for servicing. All cables and demarcation points are to be clearly labeled. All cables are to be bundled and secured to avoid disconnection -during normal use and servicing access Contractor Adherence The installation and termination of cable and outlets shall comply with the applicable design rules developed by the manufacturers of the components provided, the applicable industry standards, City of Miami and the latest available TIA/EIA guidelines. Note that the City of Miami currently limits data cable runs to 90 meters (295ft) from a workstation outlet to data distribution frame. The vendor./ contractor needs to conduct facility wallcthrougs to ensure redundancy and cabling requirements are met. All telecommunications services, equipment, cables, electronics power supplies, or systems in operation at the start of the project shall remain in service and may not be disconnected, removed or in any way impaired by the activities of the contractor unless those changes are part of the project and coordinated and scheduled with the City's project management team. The contractor shall be responsible for all coordination, costs and materials associated with restoration of services for any damaged systems.. Where active systems must remain in operation during a project, systems will be clearly identified, tagged and'documented. The contractor is not authorized to remove any existing jumpers or patch cables unless directed otherwise as part of the.project. Unless specifically excluded in writing elsewhere, the contractor shall be responsible to obtain all necessary telecommunications installation permits, and shall be responsible for all inspection -costs, coordination and inspector approval Nothing in this document shall be construed or understood to authorize or direct the contractor to deviate from any telecommunications industry standard, federal, state, or local safety law, standard, code or requirement. The contractor shall provide engineering and installation consulting as a check against the specifications contained in this document, to relate these specifications to the equipment, materials, and services actually provided, and to insure the most efficient installation under the prevailing circumstances. Should the contractor make discovery of any inadequate infrastructure not identified at the beginning of this project, the contractor shall notify the City of Miami and/or its representatives to determine resolution. The contractor shall provide appropriate on -site repair service during each scheduled cutover and coordinate with the City of Miami and/or its representatives to promptly identify and remedy any cabling problems, as required. Repair availability for any cutover that eliminates the existing working systems shall be 24/7 and response shall be within two hours of notification. If contractor does not respond within two hours, the City may contract with others to remedy cabling issues and the contractor shall reimburse the City its actual cost for the remedy. Vendor to identify bandwidth requirements between PSAPs and support facilities. Page 37 of 51 CHSP Workstation GIS (Mapping) Vendor to provide a geographic mapping application at each PSAP call taker position and shall interface with the City of Miami map for the purposes of mapping the, location of all 9-1-1 calls based on the ALI of the caller. Mapping application to provide display (icon or graphic) of received caller location, based on ALI information, including re -bids and Wireless 911 Phase 1 and Phase 11 information Be able to display al] ESRI compatible vector data products (points, lines, and polygons). Allow user to display and use as many map layers as is practical without cluttering the screen. User can turn map layers on and off as desired. Be able to display imagery (orthophotography, oblique photography, etc.) in same map view as vector data. Locate 9-1-1 calls using address ranges from street centerlines or "absolute" addresses using address points. If software cannot find correct address point for a 91-1 call, then address ranges will be used to find location. Be able to utilize a street name alias table for call location and manual location queries. Be able to find closest address'match within ESN if exact match or alias match does not work for call location and manual location queries. Be able to accurately plot X-Y coordinates in Phase I and Phase II calls. Ability to display location information at each call taker position for calls pending Include GUI -based tools to allow user to identify, pan, zoom in, zoom out, zoom to previous extent, and zoom to -full extent. Be able to locate addresses manually using street address, latllong, landmark, or linear referencing system. Allow user .to measure distances on screen (units TBD). Allow user to print or export image of map screen. Allow user to log street and address errors, including a map image of error. Be spatial MSAG compatible. Ability to display multiple layers of available information, including: Street centerlines and road types Point data, such as specific buildings or addresses ............. Substructure (utilities) layers ESN/ESZ and jurisdictional boundaries Water features Parcel boundaries Building layouts and graphical images Ortho/oblique photo imagery Others to be defined (vendor to identify any limitations) Intelligent Work Station Requirements Operating System: Required operating system will be provided by the Vendor and shall be an open architecture based system and be menu driven. Microsoft Windows current version at time of implementation for client workstations is required. . System Reboot: When the workstation is rebooted, the CHSP shall be automatically loaded. Log -on and Password Protection: A password protection scheme with multiple levels of priority shall be incorporated into the operation of the CHSP to allow for system operations and administrative functions by approved emergency staff personnel only. JYlonitors Vendor to provide a minimum of two 20" LCD monitors for each workstation position with the main Page 38 of 51 operation monitor being a touch -screen. Automatic Location Identification (ALI) Dispinn CHSP shall provide an ALI display format that shall be capable of displaying a minimum of 1000 characters of ALI data. The CHSP shall allow the user to view the ALI data, clear the screen, print the ALI data on a printer or re -display, at a minimum, the ALI of any calls in progress plus, at a minimum, the last 100 E9-1-] calls received in the previous two hours: When an E9-1-1 call is placed on bold and another E9-1-1 is answered the ALI displayed will change to correspond to the new call. The CHSP shall allow for the manual repeat or rebid of ALI. When the user retums to the E9-1-1 cal] on hold, the ALI data displayed will change to correspond to that call. The CHSP shall provide the capability to send any re -display of ALI to CAD on demand. ALI Database Interface ALI information shall also be received as a result of a manual and automatic retransmit request issued by the workstation. The CHSP shall provide capability for immediate electronic retrieval of manual queries of the ALI Database, based on the ANL Call Handling Screen Customization The CHSP shall allow for customization by the user that at a minimum will permit the changes to screen colors, font preferences and module window size and location. The CHSP shall provide the capability for PSAP administrators to lock down the capability to customize the screen if desired. Call / Line Indicators The CHSP shall indicate incoming emergency and non -emergency calls by both audible and visual means. E9-1-1 lines shall have a different audible and visual signal from other lines. The CHSP shall have a visual display indicating the status (ringing, busy, and on hold). The CHSP shall provide indication of the current status of each E9-1-1 and non -emergency line. Indicators shall include but not be limited to: On line, On Hold, Transferred to (Location Specified), and Terminated. Caller ID/ALI PSAP equipment shall provide for ALI retrieval from Caller ID on business lines or a manually entered telephone number. Jlold Ability to place calls on hold for retrieval by any call taker (Call Park). Call On Hold Reminder The CHSP shall provide a reminder that -alerts the telecommunicator after an administrator configurable timer has expired when the call is on hold. The Vendor must explain how this requirement will be met. Abandoned Call Display The CHSP shall provide a unique display that identifies. each abandoned E9-1-1call. The display shall include the ANI and ALI for each abandoned E9-1-1call and shall provide an audible and/visual alarm. Instant Audio Playback The CHSP shall provide for immediate playback of the audio portion of the last 20 minutes of the last calls received. When playing back E9-1-1 calls, the ANI/ALI data for the call being played backshall be displayed. It shall have the capability to playback audio while on a call. It shall be digitized and independent of Nice call logging and recording equipment. The CHSP shall provide the capability to save any audio recording for long-term storage. Redial Ability to support one -button re -dialing of recent calls, including abandoned calls. Barge In The CHSP shall provide. Silent Barge -in capability to allow one or more workstations to participate in an ongoing E9-1-1 call without any audio indication that another workstation has joined in the call. Ca11 Monitoring The CHSP shall provide the capability for one or more workstations to monitor an ongoing E9-1-1 call. Visual Indicators The CHSP shall provide a visual indicator when the active call is being monitored or when the silent barge -in feature has been activated. This feature shall be able to be turned off by the PSAP manager if Page 39 of 51 desired. ACD Functionality The system, at minimum, must have robust ACD capabilities included with multiple agent groups, agents per group, super -visors and reporting capabilities. In addition to the standard telephone features, ACD functional keys are required: Ability to Log-On/Off to multiple groups After Call Work utilizing disposition codes, e.g. incident follow-up etc. Make busy utilizing disposition codes, e.g. breaks, lunch etc. Supervisor request Ability for ACD staff to determine the number of calls waiting in queue at all times (without pushing keys to bring statistics forward). Ability for multiple information announcements (per queue/department) provided for callers in queue. Ability for multiple queue wait time information announcements (per queue/department) provided for callers in queue, for example: number of calls ahead of caller or expected wait time Ability to overflow agent groups built on.predetermined software.based business rules, e.g. excessive wait or ring times . Conference. Transfer and Auto Dial Functions The CHSP shall be capable of initiating E9-1-1 call transfers from each workstation. Transfers are to be accomplished through manual dial; speed dial and auto dial function that shall be programmable at a system level for different call taking profiles. The CHSP shall specify the number of auto/speed dial arrangements per workstation, (a minimum of 100 are required) and the options available for expansion. The CHSP shall also contain system auto/speed dial arrangements that are administrated system wide. The CHSP shall provide a manual option for on screen dialing of outgoing calls. TDD Call Recognition The CHSP shall fully support all ADA laws with integrated iDD/TTY features in every workstation. TDD/TTY calls must have the same functionality as voice calls. IDD/TTY detection must be automatic. The entire'conversation must be captured and provide a permanent record of TDDTI TY dialogue logged and easily retrieved. Pre -Programmed TDD Messages It is required that the CHSP shall.accommodate pre-programmed messages particular to a workstation profile. The minimum capacity for each message shall be at least 32 characters. Pre-programmed messages can be changed for each profile at an administration level with password protection. Each pre-programmed message shall be transmitted by the depressing of no more than three keys or buttons. Automatic pre-programmed greeting message transmitted in Baudot upon detection of TDD call. A means shall be provided for the telecommunicator to interrogate a silent call. When the silent call interrogation is initiated, the CHSP shall attempt to communicate in ASCII format at all standard speeds and shall send the -preprogrammed greeting in ASCE if successful. If unable to communicate in ASCII, the CHSP shall send the greeting message in Baudot. The CHSP will ensure that complete headset audio (send/receive) is available to the call taker while sending and receiving TDD messages. (VCO/HCO). Once a TDD call is initiated in addition to the pre-programmed messages all keyboard characters will be transmitted and used to communicate. JVlultiple Operators The CHSP shall allow two (2) or more operators or the supervisor to pick up on the same call, participate in the conversation and receive ANI/ALI Data at their workstation. This feature shall be able to be turned off by the PSAP manager if desired. Previous Caller Information The CHSP shall provide one field on the E9-1-1 screen that will display the date and time of the last three E9-1-1 calls placed at the current telephone in the last three years and includes any comments saved to the auxiliary information/comment field for that ALI record. This information will be obtained from the Call Management Jnformation System. Automatic Rebid Capability The CHSP shall provide the ability to initiate an automatic rebid of ALI for wireless E9-1-1 calls. Carrier Page 40 of 51 specific time thresholds for the initiation of automatic rebids shall be programmable. The PSAP administrator shall be able to turn this on and off. One Button Call -Back Capability The CHSP shall provide capability for automatic dialing of the telephone number of an E9-1-1 •caller by depressing a single button/key if the caller has hung -up was disconnected or the call was abandoned. This feature shall include the capability to call back 9-1-1 calls from local and non -local wireline telephone numbers, and wireless and PBX telephone numbers. Auxiliary Information/Comment Field The CHSP shall provide a field that will allow the PSAP to enter free form data relative to a particular telephone number. The field shall hold a minimum of 512 characters. This field shall be scrollable and shall display a minimum of 80 characters per line. This field may be a pop up window in which case a symbol will flash on the E9-1-ldispay if data has been entered in this field and the pop up window shall be opened by pressing only one function key. The data shall be stored on the server/workstation and shall be available to all workstations at the PSAP. The CHSP shall automatically display the information or comments in the auxiliary information/comment field when the associated ALI record is displayed. E9-J-J Tagging By Discipline The CHSP shall provide a method to tag E9-1-1 calls for identification as Law Enforcement, Fire, EMS or a combination of disciplines using no more than a maximum of two key strokes or mouse clicks. NON CTJ Telephone Handsets Differing models of display telephones based on the department requirements. MPD requires twenty three non-CTI telephone handsets to accommodate the administrative telephone lines and enough programmable buttons to accommodate one button speed dials/intercom calls defined in the MPD Non -Emergency Call Operations section of this document. The same will be required at the FTC backup site. MFD requires three non-CTI telephone handsets to accommodate the administrative telephone lines defined in the MFD Non -Emergency Call Operations section of this document. The same will be required at the FTC backup site. Call Appearance Busy Lamp Field, DSS or equivalent visual indication via display phone with minimal feature activation. Telephones providing easy single button access to standard features including hold, transfer and conference. ................................ . ..... . Support of American Disability Act (ADA) requirements,. including amplified handsets and support of • TTY devices for those with a hearing disability. Headset port integration and designated on/off button on the telephone. Display of internal CID name and extension. . Display of CID information provided by business class caller ID. Ability to support multiple -line appearances in requested departments as well as a personal extension. Depar turents may require a "general line" for the ability to ring one number to reach anyone available in the group, rather than trying multiple extensions. Ability to have speakerphone options to include; true full duplex, half duplex and monitoring capabilities. Separate volume control for handset, speaker and ringing features. Distinctive ringing (unique ring per telephone line/ appearance) for phones in open areas. Must have the capability of being recorded within the system recording process. Must have programmable buttons programmable as speed dials and/or intercom calls. Must have the ability and sufficient quantity to make single button speed dial and/or intercom calls to be determined by the City. Mobile Handsets Cordless single -line and multi -line telephones with a 300-foot range for answering call center supervisor/administration lines. Mobile telephone sets supporting the ability to answer multiple admin lines while away from the base station. Page 41 of 51 • Analog Telephone Handsets (POTSl In the event of the PSAP becomes completely isolated, both departments require that analog phone sets be installed for emergency communications. MPD requires three with three lines and MFD requires two with two lines. This requirement is for both locations, MPD and FTC. Call Management Information System (CMIS1 The CHSP shall have the ability to store complete call data as described below to a data file automatically to the server. The software will allow a user with the proper password to print or export to .third -party applications (e.g., Microsoft Office) standard or customized reports from the call data. The CHSP shall provide a Call Management Information System capable of both real time and historical reports. Use of record management and report functions must not negatively impact system performance. Real time call center performance will track the incoming calls and provide the PSAP management personnel with real time information and strategic management reports. The MIS system must have the ability to provide a real-time display of system availability, call taker availability, calls in progress and call queuing statistics to non-PSAP locations (e.g., Emergency Operations Center, Visitor Center, etc.). Real time outputs shall include system summary reports that provide information on the number of calls received, number of abandoned calls, number of transferred calls, average speed of answer, and average talk time, Positions Logged On/Ready/Available,Positions Busy/Off Hook, Positions Not Ready/Out of Queue, Calls in Queue/Calls Pending, Calls in Queue/Calls Pending, Call taker productivity reports by date range and time of day range (e.g., Available for call time, Time on Calls, Not available for calls, etc.). Historical reporting requires system flexibility that allows a PSAP manager to create customer reports. The Call Management Information System should be user friendly and capable of generating reports for user specified time periods. Currently the retention time is five years. Reports shall be available on an as needed basis or scheduled for specific intervals. The CHSP shall provide a system to periodically archive data stored in the Call Management Information System. The CHSP provider shall provide data archival processes and procedures. The CHSP shall provide E9-1-1 call data historical statistical information on trunk and line traffic, database communications, and call taker performance. Trunk and line statistics for all trunks, E911 administration (7 digit) and outbound shall include, but not be limited to: Number of total calls received Number of abandoned calls Number of calls on a per trunk basis ............... ........................... Number of calls on a per trunk group basis . Number of calls on a call type basis Number of calls transferred Number of calls on a per position basis Percentage of calls answered within target time goals predefined by administrators .Average time..to answer .. Average length of call Average hold time Number of calls with no ANI Hourly call records Time of Day call handling statistics . Wireless/Wireline call counts/percentages Number of agents logged on per time of day ALI Database communications and records statistics that include the number of times no ALI record was found, the number of ALI errors, number of unanswered ALI requests. Time Synchronization Interface In order to ensure consistency of time stamps added to event records and reports, the CHSP shall be able to synchronize the server internal clock to a PSAP master clock source. Logging Recorder Interface The CHSP shall provide the ability to interface with both analog and digital logging recorders. Preferably Page 42 of 51 at both the call point of origin into the system (gateway), and at the workstation level. printer Interface The CHSP shall provide the ability to interface with dot matrix, inkjet and laser printers and data logging to the CM1S system. Each PSAP shall be equipped with a Call Detail Record (CDR) function that provides for capture, search and retrieval, display, and printing of at least the following information regarding each 911 call: Date received Trunk seize/call appearance time Caller's telephonenumber (call back number) AN1, ESRK or other routing identification Answer time Answering position identification Trunk/circuit identification Time call was released Time call was transferred Transfer destination Abandoned call indicator Ringing start time Time call was placed on hold Time call was taken off hold, and by what position Time the call was terminated All ALI data, including name, address, community, ESN, Class of Service Latitude, Longitude or X, Y Coordinates Computer Aided Dispatch (CAD) Interface The CHSP shall provide multiple CAD interfaces in accordance with NENA industry standards for all ALI data. The vender will be responsible for media converters that are required by the two CAD systems Data including, but not limited to, latitude longitude or X, Y and Z (when available) coordinates received ........ from wireless providers shall be passed through to the CAD system. External Data Base Interface The CHSP shall provide access to external databases to include, but not be limited to: ESRI based Geographic information Systems (GIS) and database warehouses. PSAP administrator shall be able to turn this feature on and off. Software Virus Protection and FirewalIs • The CHSP shall include virus and firewall protection included. Virus protection shall be upgraded as upgrades become available. Software Customization The CHSP shall incorporate any and all software items necessary to support the system including, if necessary, any customized programming to support the City's business rules ,Software Upgrades • In the event System software is improved, the City of Miami shall be notified of such improvements and given the option of accepting the improvements free of charge. In the event software change or improvement causes the complete obsolescence of part or all of the system, the new item(s) shall be supplied to the City of Miami at no additional charge. Critical updates and patches available for the CHSP must be implemented immediately without delay. Ruthless Interrupt If the user is using any software other than call handling application when an E9-1-1 call is received, the E9-1-1 call handling application shall become active and the other software shall be moved into the background without any action being required by the operator. Page 43 of 51 Documentation All system architectures, applications and application components will be documented at a level sufficient to allow for individuals and trainers other than the original developer(s) to maintain, support and enhance the application solution. CHSP documentation both in written and data format shall be provided at each PSAP location. Provided documentation shall; at a minimum, include the following sections: Documentation Index Functional Descriptions Automated attendant tree ACD queue call flow Detailed architecture design Installation Manual Maintenance Manual System Administration Manual Position Operator Manual Acceptance Test Procedures As built drawings to include: One line schematic drawing of the voice application servers, network equipment and connectivity Logical and numerical identification of extensions, jacks, patch panels etc. for each site. Remote Displav/Print of ALI The CHSP to be capable of providing ANI/ALI print capabilities and/or display to remote locations (e.g. Secondary PSAPs). Remote locations may be equipped to receive only a printout or a display of the ANI/ALI information. The System Provider's response shall identify cost of all remote print/display equipment and distance limitations if any. Supervisor Alarm/Alert The CHSP to provide the capability at each workstation to alert supervisory position of special • circumstances including but not limited to: Current Skill/Queue Statuses, critical system operational Information, status of load balancing systems, alternate PSAP's operational statuses Supervisory Message The CHSP should provide the capability for supervisory workstations to post messages on screens of each workstation. Offline Indicator System to provide positive/affirmative alert to each call taker position of off-line status, error conditions or conditional events On -Screen Telephone Answering Equipment Volume Control The CHSP will provide the capability to control volume of telephone answering equipment (Hand/Headset) on the screen of each workstation. The volume of the ringer may be lowered to a preset minimum, muted or increased at call taker discretion. The volume will automatically revert to its default level when another user logs in to the work station Product Versioning Provide product version information which must include, but not be limited to, product name, version number, date version was released for general use and number of installed customer entities.. If product has any Web accessibility, it must previously be stated and explain how their solution needs this requirement. product Architecture The vendor is required to submit detailed product technical specifications organized as defined in this section. If vendor can supply more than one unique product type, version or level of their software that meets or exceeds the requirements previously stated, vendor must clearly state the existence of multiple products, explain the major differences between them and take these additional steps: Provide separate Product Version and system Architecture Statements for each. Provide clear and separate statements in any proposal sections or sub -sections where there are differences Page 44of51 between product versions. Identify which is the vendor's preferred solution and why. Vendor must present a detailed architecture design for the proposed product along with a text description and annotated diagram (or diagrams). Descriptions and diagrams must clearly identify all products, interfaces, message formats and component function. Each description/diagram should be accompanied by a narrative indicating functionality. IT systems should be implemented in adherence with all security, confidentiality and privacy policies and applicable statutes. Server descriptions —general functions and operational software components deployed (e.g., IIS, FTP, other services activated). Network —servers and the zones (user, DMZ, server zone, database zone at minimum) in which the servers are hosted, firewalls, network protocols, port requirements (specific port, range, configuration capability). The interfaces between separate application systems must be message -based; this applies to both intemal and external systems. Describe each server to server connection and communications dialog with protocols, type of message or content and paths. The diagrams should also show the (numbered) sequence of the communications dialog. These descriptions should include both internal and external environments. If the design does not use message -based interfaces between components or systems, explanations will be required for rationale of such a design. If unable to comply there must an explanation of what the impact would be if required to use message -based interfaces between components or systems. The use of XML as "the" format for inter -application messaging is highly desired. Explanations will be required of how the proposed design utilizes XML for this purpose. Explanations of system design utilizing XML between components for intra-application messaging will be required. Full detail identifying the source of the XvI Schema or Document Type Definitions (D ills) utilized in the design. Applications shall be designed with the presentation, business logic and data layers both logically and physically separated to increase portability, scalability, re -usability and to support simplicity. Applications, systems and infrastructure will employ reusable components across the enterprise, using an n-tier model/ A smaller number of consistent configurations for deployment across the enterprise will be required when feasible. Systems must be designed, acquired, developed, or enhanced such that data and processes can be shared . ....... . .. and integrated across the enterprise and with other public.safety entities should the need arise. • Hosting Both the logical and physical separation of the presentation, application and database layers is crucial to the desired hosting strategy. The City of Miami's Technical Review Group will conduct a technical evaluation of each application. This evaluation, among other reviews, will determine the appropriate location and security zone for hosting each of the presentation, application and database layers/servers. The logical design of application systems and databases should be highly partitioned. These partitions must have logical boundaries established and the logical boundaries must not be violated. The technical evaluation will occur in the Business Requirements Analysis phase or early in the System .Design phase of the System. Security The City of Miami does not dictate how developers will address vulnerabilities, only that they be able to demonstrate that vulnerabilities are addressed. Recognizing other vulnerabilities exist outside those listed below, the City expects developers to apply best development practices in building secure. applications. It • is also required that developers address new vulnerabilities as they are identified. In particular, but not limited to explanations will be required on handling: Improper error handling - Error conditions that occur during normal operation are not handled properly. If an attacker can cause errors to occur that the web application does not handle, they can gain detailed system information, deny service, cause security mechanisms to fail, or crash the server. Insecure storage - Use of cryptographic functions to protect information and credentials are required where applicable. These functions and the code to integrate them have proven difficult to code properly, frequently resulting in weak protection. Page 45 of 51 Denial of service - Attackers can consume web application resources to a point where other legitimate users can no longer access or use the application. Attackers can also lock users out of their accounts or even cause the entire application to fail. Insecure configuration management - Having a strong server configuration standard is critical to a secure. web application. These servers have many configuration options that affect security and are not secure out of the box. if a specific technical solution requires that firewall ports be opened, then the presentation of that technical solution must include and clearly identify the advantages to the City for taking on such an additional security risk. Applications and solutions will be designed to allow for the configuration of ports utilized at implementation, however, applications and solutions will not utilize or implement dynamic allocation of ports. Presentation Laver Input Validation Safeguards must be included in all applications to protect the system data and technical resources. Presentation layer coding must include (at a minimum) specified user input validation checks to guard against unauthorized access. Authentication All agency -specific secondary sign on processes are in addition to, not in lieu of, the below mentioned authentications. Multiple factor authentication is also allowed as a complement to the single sign -on solution the use of Active Directory forrauthentication is limited to MIS reporting, and file and print scenarios. The system will have a complete and uniform vetting process for employee identifications, role establishment and association. MIS and system administration will be required to be in its own DMZ . segment spanning to the City's public safety DMZ permitting MIS reporting and system administration functionality from City assets that reside in the City's public safety DMZ. Security Review The City reserves the right to test all applications from a security perspective and require that any vulnerability identified by such testing be subject to remediation. Testing will occur prior to implementation and may occur post implementation and on a recurring basis. Development. Test and Production Servers. Monitoring and Logging. All system applications must be tested in an appropriate environment to ensure compatibility, reliability and reasonable performance under load while operating in a production environment. It is anticipated that the sophistication and completeness of the testing environment, tools and will be proportional to the size and complexity of the target system. The test environment configuration, tools and procedures will be presented to the agency and the production hosting organizations for review and approval. Applications in development or test status will not be permitted on production servers. New information systems and processes will be implemented only after business processes have been analyzed for operational stability pisaster Backup and Recoverv'(DBARl All critical applications will be designed with Disaster Recovery and Business Continuity in mind. The planning and documentation of such critical applications will include the necessary DBAR content. Training Administrator Training Pre -implementation administration training will be conducted with a trainer(s) on site prior to. cutover to the new system. Administrator training (system administration, networkisystem and call center performance monitoring etc.) will be conducted on site for the City's designated system(s) to include but not limited to; day to day administration, MIS ad hoc reporting and end user support. End User Training Pre -implementation end user training will be conducted with a trainer(s) on site prior to cutover to the new system. The trainer(s) needs to be available to Conduct the training classes to accommodate the City of Miami Call Center's shift work resulting in the trainer(s) working outside normal business hours. The trainer(s) will also need to be onsite on the day.of cutover available to all three shifts to answer any questions or problems that arise at cutover. Page 46 of 51 J)efnitions ] ACD -Automatic CaI1 Distribution system. 2 ACN - Architecture for Control Networks 3 ADA - Americans with Disabilities Act 4 Administrator -The system's administrator. 5 ALI — Automatic Location Information 6 ANI — Automatic Number Identification 7 ANSI - American National Standards Institute 8 ATIS- Alliance for Telecommunications Industry Solutions 9 CAD -Computer Aided Dispatch system. 10 CAMA - Centralized Automated Message Accounting 11 CHSP - Call Handling Software Platform 12 CID — Caller Identification 13 CIE - Console Interface Electronics 14 CPE — Customer Premises Equipment 15 CTI -Computer telephony integration employing intelligent workstations for telephony services. 16 Dery - Differentiated Services 17 DMZ - De Militarized Zone 18 E911 -Enhanced 911 Emergency Telephone Network. 19 EIA - Electronic Components Association 20 EMS — Emergency Medical Service 21 ESIF - Emergency Services Interconnection Forum 22 ESN- Emergency Service Number. 23 ESZ - Emergency Service Zone 24 FTP — File Transfer Protocol 25 GUI - Graphical user interface. 26 HCO —Hearing Carry Over .. .. . . . .. . . .. . . . . . . ... . . . .. . . . .. .. .. . .. . . . . . . 27 IIS - Internet Information Services 28 LAN— Local Area Network 29 MSAG - Master Street Addressing Guide 30 NENA —National Emergency Number Association 31 NFPA - National Fire Protection Association 32 NG911 —Next Generation 911 . 33 OBDC - open database connectivity 34 OLEDB Object Linking and Embedding Database 35 OS -Operating system. 36 PSAP -Public Safety Answering Point. 37 SMS- Short Messaging Service 38 System -All telephone, computer, workstation, and ancillary hardware products, system software, application software, operating system software, and networking software referred to herein. 39 TDD -Telephone Devices for the Deaf. 40 TIA - Telecommunications Industry Association 41 TTY -Teletype devices. 42 UCD — Uniform Call Distribution 43 VCO - Voice Carry Over 44 VPN — Virtual Private Network Page 47 of 51 45 VoIP — Voice over internet protocol 46 XML - Extensible Markup Language Page 48 of 51 4. Submission Requirements 4.1. SUBMISSION REQUIREMENTS Proposers shall carefully follow the format and instruction outlined below, observing format requirements where'indicated. Proposals should contain the information itemized below and in the order indicated. This information should be provided for the Proposer and any sub -consultants to be utilized for the work contemplated by this Solicitation. Proposals submitted which do not include the following items may be deemed non -responsive and may not be considered for contract award. The response to this solicitation shall be presented in the following format. Failure to do so may deem your Proposal non -responsive. ALL RESPONSES WILL BE SUBMITTED IN HARDCOPY FORMAT ONLY TO INCLUDE ONE ORIGINAL AND SEVEN (7) COPIES, TO THE ATTENTION OF MS. MARITZA SUAREZ, AT " THE CITY OF MIAMI PURCHASING DEPARTMENT, 444 SW 2ND AVENUE, 6TH FLOOR, MIAMI, FL 33130. NO ON-LINE SUBMITTALS WILL BE ACCEPTED. 1. Cover Page The Cover Page should include the Proposer's name; Contact Person for the RFP; Firm's Liaison for the • Contract; Primary Office Location; Local Business Address, if applicable; Business Phone and Fax Numbers, if applicable Email addresses; Title of RFP; RFP Number; Federal Employer Identification Number or Social Security Number. 2. The table of contents should outline, in sequential order, the major sections of the proposal as listed below, including all other relevant documents requested for submission. All pages of the proposal, including the enclosures, should be clearly and consecutively numbered and correspond to the table of contents. 3. Executive Summary A signed and dated summary of not more than three (3) pages containing a comprehensive narrative statement that illustrates its understanding of the requirements of the scope of services stipulated within this RFP. Executive Summary should also briefly address Proposer's Overall Qualifications and Experience, Ability and Capability to Perform Required Services, and Methodology and Overall Approach to Scope of Work, as contained in the submittal. Include the name of the organization, business phone and contact person. Provide a summary of the work to be performed by Proposer. .... 4. Proposer's Qualifications and Experience ' ' a) Describe the Proposer's organizational history and structure; years Proposer has been in business providing a similar service(s), and indicate whether the City has previously awarded any contracts to the Proposer. b) Provide a list of all principals, owners or directors. c) Provide a complete list of clients for which Proposer has provided a similar service as required in this RFP, and that can attest to the operation and management, and/or other relevant experience, of Proposer. This list should include those governmental entities of a similar size and diverse population to the City for whom services have been performed within the past three (3) years. Include the overall value of the contract, and include the address, phone number(s), email address and contact persons within each organization. References are subject to verification by the City and be utilized as part of the evaluation process. d) Provide a list of clients that have, for whatever reason, discontinued to use your services within the past three (3) years, and indicate the reasons for the same. The City reserves the right to contact any reference as part of the evaluation process. e) Describe the overall size of Proposer; overall number of personnel of Proposer; total number of technical/support employee(s) company -wide. f) Provide detailed background and experience in providing an E911 Hosted Solution for at least three (3) municipalities similar in size to the City of Miami within the last three (3) years. g) Describe proposer's ability and capability to provide online technical support, telephone support, and after hours emergency support. 5. Methodology and Overall Approach to Scope of Work Page 49 of 51 Request `'`r Proposals (KEY) 264273,1 a) Discuss in detail Proposer's Overall Methodology and Approach to the work to be performed as required under Section 3, Specifications. The proposer shall address all key areas as defined in Section 3, Specifications. b) Provide an organizational chart specifying the personnel assigned to accomplish the work. Provide a personnel roster that identifies each person who will work on this project, and include the following information for each individual specified, including name, title, and relevant experience. This chart shall illustrate the lines of authority and designate the individual responsible and accountable for the completion of each component and deliverable specified within the RFP. Clearly designate one point of contact for dealings with the City (Project/Account Manager). 6. Compensation Proposal Proposer shall provide in their proposal a break down of all costs associated with the furnishing and implementation of an NG91 ]'Hosted Solution. Cost proposal shall include, amongst other things: annual license and subscription fees, training, software/hardware, implementation, configuration and any other additional fees/costs required to meet the requirements listed in Section 3, Specifications, of the RFP solicitation document. 7. Trade Secrets Exception to Public Records Disclosure All Proposals submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes An exception may be made for "trade secrets." If the Proposal contains information that constitutes a trade secret", all material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with your firm's name and the RFP number marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Proposal as a "trade secret" you agree to indemnify and hold harmless the City for any award to a plaintiff for damages, costs or attomey's fees and for costs and attomey's fees incurred by the City by reason of any legal action challenging your claim. Page 50 of 51 Request Proposals (UP) 284273,1 5. Evaluation Criteria 5.1. EVALUATION CRITERIA Proposals shall be evaluated based upon the following criteria and weight: Proposer's Qualifications and Experience: 35% Methodology and Overall Approach to Scope of Work: 35% Compensation Proposal: 30% Oral/Functional Presentations: 15% discretion of the Evaluation Committee) TOTAL: 115% (optional, at the ......................................................................................... Page 51 of 51 EXHIBIT B SCOPE OF WORK ("SOW") 27 City ofMiami Response to RFP Number: 284273 Informal Request for Proposals for a Fully Managed, Hosted NG911 Solution at8ct Updated by: Silvia Diaz and Darren Light July 31th 2012 ) 1 Table of Contents EXECUTIVE SUMMARY 3 CONTACT INFORMATION 3 OVER VIEW 3 EMERGENCY BACKUP POSITIONS 5 NETWORK COMPONENTS 5 INSTALLATION STRATEGY: 5 XT911 CONFIGURATION. DATA 6 SITE SURVEY 6 PRE -INSTALLATION ACTIVITY 7 REMOTE MONITORING 8 TRAINING 8 TENTATIVE PROJECT TIMELINE FOR PSAP ACTIVITIES 9 RESPONSIBILITIES OF THE PAR'I ES 10 AT&T RESPONSIBILITIES AT THE PSAPS 10 CITY OF MIA1 i RESPONSIBILITIES 10 MAINTENANCE INFORMATION 11 AT&T MAINTENANCE: 11 SOFTWARE EVERGREEN SUPPORT: 13 WARRANTY INFORMATION 13 ACCEPTANCE CRITERIA 13 CHANGE MANAGEMENT PROCEDURES 14 OVERVIEW 14 PROCEDURES 15 CUSTOMER ACKNOWLEDGMENT 16 ATTACHMENT 1-VERINT RECORDER SOW- HOSTED SOLUTION 17 ATTACHMENT 2-AT&T INVENTORY LIST 21 ATTACHMENT 3- CHANGE REQUEST FORM 28 ATTACHMENT 4- AT&T PHYSICAL AND ELECTRICAL REQUIREMENTS 29 2 Scope of Work Executive Summary The purpose of this Scope of Work (SOW) is to detail the responsibilities of AT&T and City of Miami ("Customer") regarding the scope of work, deliverables, and terms and conditions for the installation of the microDATA Next Generation Hosted Call Handling System. Contact Information (I) • C,ustomer'Information_ Customer Name City of Miami PSAP(s) City of Miami PD/FD- Primary PSAP-400 NW 2nd Avenue, Miami, FL. 33128 - City of Miami Fire College- Backup PSAP-3425 Jefferson St., Miami, FL. 33133 .Contact Position Contact Name Contact Number :Cell°Number City of Miami PD Lt_ Sean MacDonald 305 603-6155 305 975-2867 City of Miami FD Lt. Woody Barr 305 579-4902 305 321-8525 (ii) AT&T Position 'Contact: Name ContactNumber Cell Number Account Manager Miriam Buonomo 305 482-2531 305 582-9485 Solutions Consultant 911 Darren Light 407 245 2055 407455 1643 Technical Sales Consultant-911 Silvia Diaz 561 640-6624 561-568-3975 Technical Sales Consultant - Elizabeth Wisniewski 954-838-1750 954 296-2489 Project Manager (PM) TBD Service Consultant Wally Flemke 954-838-1333 Overview The City of Miami is contracting with AT&T for a Service Contract which includes a new Fully Hosted and Managed Next -Generation IP 911 System to replace the existing Positron Lilefeline Systems, as it has been deemed end of life and no longer manufactured. The new proposed system will provide enhanced functionality for your 911 Centers. This new System will_ consist of Two (2) Geographically Diverse Hosts, one (1) located at AT&T's existing West Palm Beach NCC, Network Control Center, and the other Host will be built at a new Network Control Center located at a hardened facility within the City of Miami. These two Hosts will provide full functionality and serve the City of Miami's Primary and Backup 911 PSAPs, each having 22 Positions for a total of 44 positions. The Hosts and the two Remote PSAP locations will be connected by a NG IP Network consisting of a resilient and fully redundant SMARTRing, self healing SONET Ring. The proposed Network Drawing is provided in Attachment 2. Each Host will consist of microDATA's servers and equipment supporting the following applications: • xSwitchTM is an IP-based, NENA i3-aligned software switch with built-in automatic call distribution (ACD) and flexible selective routing that can function as a call -routing server and a selective router. xSwitch is the processing center for all 9-1-1 calls routed to PSAPs, using Session Initiation Protocol (SIP), specified by NENA as an i3 standard. xSwitch bridges the gap between legacy 9-1-1 systems and NG9-1-1, processing wireline (landline), wireless and emerging i3-aligned networks, and delivering IP media to PSAPs regardless of call source. Two advanced features of xSwitch's soft -switch intelligence include built-in ACD and third party call control. o ACD: Employing feature -rich and entirely software -based ACD functionality, xSwitch can distribute calls in a variety of methods, including ring -all, longest idle, station priority, automatic answer and even advanced spatial ACD for GIS-based queries. o Third party call control: Ensures that 9-1-1 calls are re -delivered in the event of a station/CPE failure after a call has been delivered. xSwitch maintains connectivity with the caller and quickly redelivers the call to an alternate position or even a SIP phone, depending on xSwitch call -routing configurations. • xBannerBoardTM — Web -based dynamic system dashboard display which provides a comprehensive view of ESinet system activity including call delivery statistics and alarms. Also provides a system -wide GIS mapped view of live call activity. xBannerBoardTM can be deployed in enterprise configuration as well as local to the PSAP only displaying statistics specific to that PSAP. • xMISTM — Web -based MIS reporting software. Includes standard reports and ad -hoc reporting capability. Reports may be scheduled for automatic delivery for analysis to identified recipients. xMISTM can be deployed in an enterprise or local configuration. Enterprise provides system -wide reporting whereas local will only provide PSAP specific reporting. 4 • xSolution Dashboard — Web browser interface provides system administrators with a real-time application status. Provides access to xLoST spatial routing changes interface. • xPBXT"'- This is a native SIP -based PBX system that functions as an extension to xSwitchTM. The solution is an i3-compliant, standards -based VoIP system designed to manage administrative calls while possessing and exhibiting all the functionality one enjoys with a standard PBX. Integration with existing systems is seamless. Features such as hunt groups, several different methods of paging and highly configurable voice - mail are easily distributed throughout the system, all of which is delivered through a state-of-the-art VoIP telephone device. • xLoSTTM — i3 GIS-based routing engine, Emergency Call Routing Function (ECRF). Performs spatial Routing using predefined polygons within GIS data to determine destination PSAP. The following will be applications running at the remote PSAP locations: • , xT911- Next Generation call -taker application • xTPhone- optional backup SIP phone for xT911 or stand-alone stations; can also be used as an administrative phone. • xTrakker - Map display and 9-1-1 tracking/call handling system. • Additional ten (10) xT911 emergency backup laptops for disaster recovery purposes Emergency Backup Positions An additional ten (10) xT911 emergency backup laptops for disaster recovery purposes are included in the scope of this project. The City of Miami and AT&T will agree to the future location of these positions and the network required to fully deploy. Network Components See Attachment 5 for the SMARTRing implementation process See attachment 6 for the SMARTRing Site Requirements Installation Strategy: All installation work will be done during normal business hours (8AM-5PM) with no weekend or holiday work. Any work requested by Customer to be performed outside of 5 these hours will be performed as resources are available and at additional cost to Customer, which will be quoted at the time the work is requested. xT911 Configuration Data All system telephony information is captured on the xT911 Configuration Forms. AT&T will review these forms with the customer at a Kick Off meeting at customer's premise, complete them, and will forward them to microDATA. Config includes such things as screen layout, button labeling, line configuration, incoming & outgoing line information, Agency transfer, Agent login, and so forth. AT&T will provide completed config forms to microDATA no later than four (4) weeks prior to installation. If AT&T is not provided all of the required information, the project may be delayed and additional charges may result. The xT911 telephony configuration data will also be used to program the xSwitch System. Queue buttons will need to be setup for 911, Admin, and Agency Inbound. Site Survey AT&T will be conducting a site survey. This site survey is intended to identify any additional miscellaneous equipment or services required to ensure a smooth installation and operation of the system including wiring, networking, power requirements, etc. Participation will consist of AT&T TSC, PM, SC, SSIM TECHS and City of Miami PD & FD technical and operational representatives. The following will be evaluated during the site survey. We will be installing CAT 6 Plenum cable at both sites. AT&T will provide the City of Miami a copy of the Physical and Electrical Requirements. The City of Miami is required to follow those Requirements. See Attachment 4. We will be recording by Position and 911 Trunk/ADM Line at the AT&T HOST locations. Training was quoted. See attachment 1. The specifics of the Training will be determined during the project implementation. We will determine what is required to terminate the Administrative lines at the xPBX at the City of Miami NCC Host location instead of at the Remote PSAP locations. Pre -installation Activity Based on the info provided at the Site Survey, the AT&T technicians will begin reconfiguring and prepping the backroom and the cabling that can be done ahead of time. The AT&T Project Manager will facilitate a Project Kick Off meeting with AT&T personnel, microDATA PM and customer to discuss Project details, Network and equipment layout, projected timeline, all parties including roles and responsibilities (decision maker/s for PSAP and Single Point of Contact for all entities). Shipping microDATA will coordinate with the shipping company to be able to provide the exact date the equipment will arrive with at least 24 hours notice to the AT&T Project Manager. The AT&T Project Manager will coordinate delivery. The shipment will not be delivered if the appropriate local AT&T personnel are not there to inventory and accept it. Detailed Installation Information Phase 1 AT&T will build out the Miami HOST, install the equipment at each of the Host locations and build out the network. Phase 2 As far as the "911 call taking Equipment " is concerned, since the City of Miami has a backup PSAP at Fire College, it allows the flexibility to continue to operate the primary PSAP without any disruption. If the City of Miami agrees, the Fire College PSAP can be replaced first. Once the Fire College PSAP is cut over and tested, the primary PSAP's call takers will move their operations there and AT&T will proceed with replacing the primary PSAP with the NG equipment. Upon completion of the primary PSAP, the call takers will return from the Fire College backup site to their Primary PSAP and begin taking calls at their new NG system. If there are any other scheduling items to be considered these need to be identified to the AT&T PM in order for these to be added to the total project schedule. The AT&T PM and customer will determine when the new 911 7 Trunks and new ALI circuits will be ordered for this installation. At installation time, microDATA's installation engineer will work with the AT&T technicians to install the new NG system at both Hosts and remote PSAPs. REMOTE MONITORING One of the key advantages of the AT&T equipment offer is the remote monitoring feature provided by Network Orange. Network Orange is connected directly to our Regional 9-1-1 Center, which is manned on a 24x7x365 basis. This device can track and identify a wide variety of equipment and network issues. When Network Orange identifies a problem, it generates an alarm in the local PSAP and our Regional 9-1-1 Center. Our remote technicians can conduct a further examination and often repair software issues without the delay of dispatching a technician. Training This project includes Administrator Training for six (6) Administrators, CaII Taker training for One Hundred and forty four (144) call takers and Train the Trainer for Ten (10 ) trainers. The Training location will be determined during the kick-off meeting. This will be completed by the PM and City of Miami City of Miami — TRAINING & CUTOVER SCHEDULE Session Name Date Time Trainer xT911 TBD TBD xT911 TBD TBD xT911 TBD TBD Cutover TBD TBD 8 Tentative Project Timeline for PSAP Activities Please refer to Section 5 of the RFP Response 284273 for Methodology and Overall Approach to Scope of Work. Site Survey Fire College & Primary Site TBD xT911 Config Forms for both PSAPs TBD Equipment delivery for both PSAPs— estimated 8-12 weeks timed to arrive after build out of Miami Host TBD Inventory & Pre -install Activity Fire College (AT&T) TBD Install begins at Fire College PSAP (AT&T/microDATA) TBD xT911 at Fire College install/testing complete TBD xT911 User Training TBD xT911 at Fire College cutover TBD Complete System Acceptance @Fire College TBD Inventory & Pre -install Activity Main PSAP (AT&T) TBD Install begins at Main PSAP (AT&T/microDATA) TBD xT911 at Main PSAP install/testing complete TBD xT911 at Main PSAP cutover TBD Complete System Acceptance @ Main PSAP TBD 9 Responsibilities of the Parties AT&T Responsibilities at the PSAPs Installation and maintenance provisions are specified elsewhere in this Agreement. xT911/xTPhone/xTrackker Installation The installation at the customer's site by technicians, includes verification of the equipment received, back board mounting, mounting of equipment into cabinet(s), cabling of equipment within cabinet(s), verification of configuration, testing. The Installation of xT911 IWS (Workstations, Server, xT911 Software) at the customer's site by Technicians, includes Verification of the equipment received, Physical installation of the racking and wiring, Installation of the network HUB for the LAN, Verification of Configuration of xT911 TM , and customization of each xT911 TM IWS position. Training Will be determined during Project implementation meeting... City of Miami Responsibilities • City of Miami will be providing UPSs and Generator required to support this new system at the remote PSAPs' locations. • Provide furniture and space at the PSAP for installation of the call- taking/radio positions and the backroom equipment. • Coordinate and schedule end -user training associated with this installation with AT&T PM. • Promptly report any feature, network element, or other malfunction to the AT&T Project Manager during pre & post installation of new equipment. Once the project is signed off, the City of Miami will begin reporting any issue/failure to the AT&T E-911 Resolution Center (24X7) at 1 800-553- 2811... • Comply with the Physical and Electrical Requirements. 10 • Adhere to AT&T's PSAP LAN Security Policy, as follows: It is AT&T's policy to install 911, equipment only in a secure PSAP Local Area Network ("LAN") that is not connected to any other computer network outside of AT&T's control (with the exception of the National Crime Information Center network or similar network, but only if such connection is expressly approved in writing by AT&T, which approval shall be in AT&T's sole discretion). AT&T will not install or terminate a PSAP LAN to a firewall without written authorization. AT&T will not be responsible for maintenance, repairs or related services necessitated by network problems that occur beyond the demarcation point for the PSAP LAN, which point shall be identified by AT&T at the time of installation. In the event Customer connects its PSAP LAN to any other computer network or causes such a connection, contrary to AT&T's express PSAP Network Security Policy, and the 911 equipment and/or PSAP LAN is infected or damaged as a result of such actions, then all 911 equipment and/or PSAP LAN warranties, maintenance and service provisions of this Agreement shall be immediately null and void. Under such circumstances, AT&T will provide repair services for the 911 equipment and/or PSAP LAN at Customer's request, but those services will be billed on a time and material basis at AT&T's then -prevailing rates. Customer agrees to indemnify and save AT&T harmless for any damages to or claims by any third party against AT&T that arise in whole or in part from Customer's connection of the 911 equipment and/or PSAP LAN to any computer network outside of AT&T's control. Maintenance Information All equipment will be covered by the maintenance and warranty terms as provided for in this Scope of Work for the term of the agreement. AT&T Maintenance: As part of the Service, AT&T will provide a turn key maintenance solution to the City of Miami for the five year term of the contract. Per RFP and customer specification, AT&T aggrees the following failure severity definitions and coresponding response: Low Priority ( Minor Failures) 11 System functionality is only minimally affected through loss of a support system. Call answering and call processing of a geographic location is not impacted. For example, Call MIS system or call center performance displays/annunciations. AT&T Response Time for Low Priority (Minor Failures) : Calls for Service can be handled during normal business hours ( Monday -Friday 8am-5pm) and resolved within 2 business days., High Priority (Major Failures) Mission critical equipment has failed and calls cannot be answered. For Example, a major data component or equivalent has failed bringing down all or multiple workstations or a major alarm exists in the system. AT&T Response Time for High Priority (Major Failures) : Calls for service will be handled without time exception with a technician dispatched and onsite within 4 hours and resolved within 24 hours. Critical Priority ( Major Failures) Mission critical equipment has failed and calls cannot be answered. For example, a major data component or equivalent has failed bringing down all or multiple workstations or a major alarm exists in the system. AT&T Response Time for Critical Priority (Major Failures) : Calls for service will be handled without time exception, with a technician dispatched immediately and onsite within 2 hours and resolved as soon as possible. Customer shall make the first report of each instance of trouble to the AT&T E911 Resolution Center (800-553-2811). Local, on -site maintenance will be provided by technicians dispatched by the 911 Resolution Center. Service affecting maintenance is inclusive of labor involved of all fixes/patches, on -site technician visits, etc. 12 Software Evergreen Support: EVERGREEN software upgrades/revisions are included throughout the five year contract period with AT&T. Warranty Information AT&T will pass through to the Customer all manufacturer warranties. In general, and without alteration of any specific provision to the contrary, microDATA warrants to the original purchaser of microDATA public safety product(s) such as the System that the product(s) will be free from defects in material and workmanship for a period of 18 months from the date of shipment from microDATA warehouse or facility under normal use and service, subject to all the conditions of the warranty as set forth in the warranty documents (the 'Warranty Documents"). microDATA Silver Software'Technical Support and Managed Services including "Future Proof are included with this Service.. Additional information can be provided, ACCEPTANCE CRITERIA Installation shall be deemed complete when the System is in operating condition (Cut live). Minor omissions not materially affecting System functionality shall be noted and shall be promptly remedied by AT&T but shall not postpone acceptance. The System will be deemed accepted and the City of Miami will sign an Acceptance Letter, when the City of Miami and' AT&T agree that the following criteria have been met. Agreement shall not be withheld unreasonably. A. RELIABILITY - The System has been cut over, and has been in constant use as the primary source of 911 call processing, for 72 consecutive hours without Malfunction. "Malfunction" shall be defined as occurrences during which any feature of the System fails to operate and such failure to operate causes one or more 9-1-1 calls to go unanswered or causes an unreasonable delay in answering one or more 9-1-1 calls. Whether an occurrence constitutes a Malfunction will be mutually agreed upon between the City of Miami and AT&T (agreement not to be withheld unreasonably) B. FEATURES - The System provides all features and capabilities listed in this Scope of Work and in the Agreement. 13 C. TRANSMISSION LEVELS - The quality and level of transmission meet published specifications of the System. D. TRUNK SIGNALING — AT&T tests and observation of the AT&T Central Office trunks at the PSAP demonstrate that: 1. The System seizes and releases trunks without hang- ups, lock -ups, or unintended disconnects; and 2. Proper signaling of tandem connections cause both called and calling party to disconnect; and 3. Calls can be transferred via the tandem to each agency on the transfer list. E. CAD INTERFACE —The interface to the CAD system is transmitting ANI/ALI data accurately. F. EQUIPMENT INSTALLATION AND GROUNDING - All wiring, grounding, and interface equipment installation has been completed, and is in accordance with industry standards. G. SYSTEM ACCESS AND SECURITY LEVELS — Each station line has been demonstrated to provide the defined access and restrictions and, the call -handling application software and client server operating system restricts or allows access according to the agreed criteria. H. TRAINING — microDATA will present its training program for PSAP call takers to the City of Miami personnel. I. DOCUMENTATION - System documentation (AT&T Binder) is complete and on file with the City of Miami. J. PUNCH LIST - All deficiencies noted by the vendor or the City of Miami have been corrected by the vendor, except for a punch list which the City of Miami agrees are only made up of "minor items" that should not impact acceptance (agreement not to be withheld unreasonably). Change Management Procedures Overview It may become necessary to amend this Scope of Work for reasons including, but not limited to, the following: 14 • Customer's changes to the Scope of Work and/or specifications for the Services • Customer's changes to the Implementation Plan • Non -availability of resources which are beyond either party's control • Environmental or architectural impediments not previously identified Procedures In the event either party desires to change this Scope of Work, the following procedures will apply: 1. The party requesting the change will deliver a Change Request document (Attachment 3) to the other party. The Change Request will describe the nature of the change, the reason for the change, and the effect the change will have on the scope of work, which may include changes to the Deliverables, and the schedule. 2. A Change Request may be initiated by either party for any material changes to the SCOW. The designated Director/Project Manager of the requesting party will review the proposed change with his/her counterpart. The parties will evaluate the Change Request and negotiate in good faith the changes to the Services and the additional charges, if any, required to implement the Change Request. If both parties agree to implement the Change Request, the appropriate authorized representatives of the parties will sign the Change Request, indicating the acceptance of the changes by the parties. 3. Upon execution of the Change Request, said Change Request will be incorporated into, and made a part of, this SCOW. 4. Whenever there is a conflict between the terms and conditions set forth in a fully executed Change Request and those set forth in the original SCOW, or previous fully executed Change Request, the terms and conditions of the most recent fully executed Change Request shall prevail. 15 Customer Acknowledgment Customer, by signing below, indicates that the Scope of Work has been read and the terms outlined within have been accepted. This signature constitutes Customer's Authorization to Proceed with the Project. This Scope of Work is made part of AT&T's Service Agreement. Customer also is aware that any delays incurred because failure by Customer to comply with all items listed in the Customer Responsibilities section will cause AT&T to bill, and Customer agrees to pay, for associated additional work. Any questions conceming AT&T's responsibilities and the work to be done should be directed to the AT&T representative. City of Miami AT&T Signature Signature Name (type/print) Name (type/print) Title (type/print) Title (type/print) Date Date 16 Attachment 1-Verint Recorder SOW- Hosted Solution Voice Recorder SCOPE OF WORK Updated by.Darren Light Primary PSAP Location: The first server to be installed is an Audiolog Max -Pro 5000 Series Dual Core Server equipped with 82 channels of analog telephony inputs (60 analog administrative lines + 22 Analog CAMA trunks) with 1 TB hard drive array (RAID 5). The second server to be installed is an Audiolog Max -Pro 5000 Series Quad Core Server with 22 channels dedicated to SIP based recording of VoIP endpoints with 1 TB hard drive array (RAID 5). Please be advised that VoIP recording is subject 10 Verint Sales Engineering approval. The third server to be installed is the Primary 4 TB Centralized Archive Storage (CAS) Server, which will be configured as the upload destination for secondary storage of call files for both recorders at this site as well a secondary storage location for calls uploaded over the WAN from the recording 'server at the backup location below. The fourth server to be installed will be a web server configured with Audiolog Interaction Review, Audiolog Interaction Quality, and Audiolog Insight Center for web based search/playback/evaluation of recordings at the primary site. Backup PSAP Location: The fifth server to be installed is an Audiolog Max -Pro 5000 Series Quad Core VoIP Server with 22 channels dedicated to SIP based recording of VoIP endpoints and 22 Analog CAMA Trunks with 1 TB hard drive array (RAID 5). The sixth server to be installed is the Secondary 4 TB Centralized Archive Storage (CAS) Server, which will be configured as the secondary upload destination for the Primary CAS Server at the main location. The calls would be again uploaded over the WAN to accomplish this added layer of storage redundancy. The seventh server to be installed will be a dedicated web server configured with Audiolog Interaction Review and Audiolog Insight Center for web based playback of recordings at the backup site. A, 2 o frcm 22 VolP Endpesis DexecLa, via SI^ L. DATA FLOW AND STORAGE MECHANISM .ANALO AUDIO FROM 22 CAI & TRUNK from 22 VolP Enp,in�±:. ERtectEO ria SIP 17 SEARCH/PLAYBACK ACCESSIBILITY nacho morn 22 Von; Endpoints. Demotes we SP 'PrimarySite Vol?. Recanief: • •1 TB1RAID:5; hterail HDDL' WAN • ::Pnmanj•Site Web Apphcations Server:' Pro•vided KOVA Piayhack uses ardi use connect to the us, serYrr is; each Ixauon via an inttmet Expiorr Waldo,''. They primarily yi} access calls by cav✓.4.+p to the icic-a! GAS al each Wpricn. which each will cc.am calls kcal both iocaions. Uses :an also access We _ P son-r Is) direct? if -desired. The Adrtin Can set the soraare so the end user can be }FL.ed b •JI!Y See sosc's chann_t5' � c convex 2oo3 Asa DR roils-_ie. p,'ay:.ade can be apsampbsned directly from any ruing sw. crany certaafzed araeve serf (dial or MInme) ra aaitional beck dient c needed. Backup:Location IL r :.--ANALOG AUDIO FROM 22 CAMA TRUNKS ' .Andro from 22 VolP Enpoina Detected via SIP • -.Bakup:.Site web AppLca•bons Sever Provided bjr KOLA Pao- 1 Following installation and configuration of the servers, Manufacturer would also provide training for end users. At the conclusion of the training session, end users will be proficient in ,web based recording searches, recording playback, and saving recordings to other media. AT&T would also provide and Administrator's training session in which Users would be taught how to add/remove accounts, update agent information, manage recorder.call retention settings, and monitor the system alarm software. In addition, Manufacturer is also providing total tier project management from Cradle to Grave of this implementation. This includes all site pre -planning and discovery, as well as site preparation assistance, and system acceptance testing once the equipment is installed. Included in this proposal is 24x7x365 maintenance and warranty for a 5 year term (both onsite and remote based support). Annual software updates to the recording system version initially installed are also included with this proposal for the five year term. Scope of Services ID#12-0703A Note: We will provide the equipment and services as listed herein. Please be advised that recording of VoIP endpoints via SIP method to detect packets is subject to Verint review to verify that all data necessary to record is being provided over the network to the recorder. Any conditions and locations outside the parameters articulated herein are considered outside this scope of services. This proposal is a fixed price proposal for a five year term of ownership and includes delivery, installation, training and 5 year warranty with 24x7 support (4 hour response time guaranteed) and manufacturer software updates to recording system version initially installed by Manufacturer. Level of Technical Support to be Provided: 18 Manufacturer shall provide Tier 1 and Tier 2 Engineers that possess both manufacturer level (Verint) certifications and Distributor In -House training certifications. Microsoft Graphic User Interface (GUI) Language Default: All Audiolog systems shall be using English for the Microsoft Language Pack running on the system. Hardware Assumptions: All hardware is to be provided by AT&T.. It is assumed that the Customer is replacing entire existing recording system and that no legacy customer recording equipment will be used in this installation or need to be integrated with the equipment being provided. All Verint servers will be delivered running Audiolog Version 5, HFRU 5 All systems will be installed in locations that are within the environmental conditions set forth on Verint Server specifications sheets. All systems will have a mechanism to be grounded in accordance with in ICC IEC standards. All systems will have wiring inputs run to the recorder installation location that are within the distances set forth by Verint and Telephony Card Manufacturer. Prior to acceptance of this scope of services, for the recorder, AT&T develop a wiring schematic. including distances (and pictures wherever possible) between A, B, and C in the diagram on the following page: In addition, the schematics to be provided shall also include the location (distance specific) of any splitters or Bifurcation points and clearly identify all cabling requirements by specifying whether Cat 3, CAT 5, PVC or plenum type cable must be used. All servers installed shall have web based or VPN access available. Please be advised that to allow for any Verint updates, the network MUST have access to the internet. No other software will be installed or configured on the recorders by City Personnel. There is no rack system or ancillary mounting hardware quoted. All Manufacturer provided servers MUST be mounted on customer provided racks or shelves and must conform to distance limitations. Scope of Installation Services Being Provided: AT&T shall provide a turnkey recording system at both the City of Miami's primary PSAP as well as secondary PSAP. This recorder network will consist of two physical installation locations, with both locations interconnected via provided WAN/LAN. There shall be web based access to the recording equipment at both locations. Server Installation AT&T would furnish, install and configure a total of seven servers as follows: Primary PSAP Location: The first server to be installed is an Audiolog Max -Pro 5000 Series Dual Core Server equipped with 82 channels of analog telephony inputs (60 analog administrative lines + 22 Analog CAMA trunks) with 1 TB hard drive array (RAID 5). The second server to be installed is an Audiolog Max -Pro 5000 Series Quad Core Server with 22 channels dedicated to SIP based recording of VolP endpoints with 1 TB hard drive array (RAID 5). 19 Please be advised that VolP recording is subject to Verint Sales Engineer and approval. The third server to be installed is the Primary 4 TB Centralized Archive Storage (CAS) Server, which will be configured as the upload destination for secondary storage of call files for both recorders at this site as well a secondary storage location for calls uploaded over the WAN from the recording server at the backup location below. The fourth server to be installed will be a web server configured with Audiolog Interaction Review, Audiolog Interaction Quality, and Audiolog Insight Center for web based search/playback/evaluation of recordings at the primary site. Backup PSAP Location: The fifth server to be installed is an Audiolog Max -Pro 5000 Series Quad Core VolP Server with 22 channels dedicated to SIP based recording of VolP endpoints and 22 Analog CAMA Trunks with 1 TB hard drive array (RAID 5). The sixth server to be installed is the Secondary 4 TB Centralized Archive Storage (CAS) Server, which will be configured as the secondary upload destination for the Primary CAS Server at the main location. The calls would .be again uploaded over the .WAN to accomplish this added layer of storage redundancy. The seventh server to be installed will be a dedicated web server configured with Audiolog Interaction Review and Audiolog Insight Center for web based playback of recordings at the backup site. Client Installation While most of the client access will be web based, there is an option to install Audiolog `thick" clients. Manufacturer will instruct and advise local technical personnel on how to install the client software on up to 5 workstations at each location. Any additional thick client software installations will be done by the local technical resource. Training Provision Following installation and configuration of the servers, Manufacturer would also provide training for up to five end users. At the conclusion of the training session, end users will be proficient in web based recording searches, recording playback, and saving recordings to other media. Manufacturer would also provide and Administrator's training session in which Users would be taught how to add/remove accounts, update agent information, manage recorder call retention settings, and monitor the system alarm software. Project Management In addition, AT&T is also providing total tier project management from Cradle to Grave of this implementation. This includes all site pre -planning and discovery, as well as site preparation assistance, and system acceptance testing once the equipment is installed. 1st Thru 5th Year Support After system delivery, AT&T will be responsible for providing all Tier I and II support for the next five years (both onsite and remote based support). Annual software updates to the recording system version initially installed are also included with this proposal for the five year term. Accessibility to a Domain/Network Service Account: Each Site shall provide AT&T / Manufacturer Engineer with a Network Administrator who is readily available during onsite visit. 20 Accessibility to Telecom Vendor Technician: This scope of services includes wiring diagnostics at each location, which may require that individual handsets be rebooted by a PBX Vendor (AT&T) authorized to reset handsets and line cards, and re -punch and/or provide new interconnectivity from the phone system to the recorder as required. END of VOICE Recorder SOW Attachment 2-AT&T Inventory List Part Number QTY . microDATA Software xSwitch license [one per NCC site] 2 xSwitch and/or xSR primary port license 300 xSwitch and/or xSR primary port license 88 xT911/xTrakker client license 4'1 xTPhone - SIP Client Access License 44 xPBX - 25 Accounts 2 xMIS CPE base license 1 xMIS CPE Call Taker collection license 441 Third Party Software Network Monitoring, Syslog, 24 months 2 Network Monitoring, NPM 500, 12 months 1 Network Monitoring, IPSLA Manager 25 devices, 12 months 1 OS, Standard, Windows Server 2008 6 OS, Standard, Windows Server 2008 2 OS, Device CAL, Windows Server 2008 6 OS, Device CAL, Windows Server 2008 46 Anti -Virus PER USER 50 to 99 users, 60 months 6 Anti -Virus PER USER 50 to 99 users, 60 months 46 Relational DB, Server, Standard, SQL 2008 4 Relational DB, Server, CAL, SQL 2008 6 Relational DB, Server, CAL, SQL 2008 46 Third Party Hardware 21 66 Block, Dual Amphenol Connector, Male 2 66 Block, Dual Amphenol Connector, Male 8 66 Block, Surge. Suppression, 235v POTS 63 66 Block, Surge Suppression, 75v CAMA 45 66 Block, Surge Suppression, Ground Bar 2 66 Block, Surge Suppression, Ground Bar 4 Adapter, DB25M to RJ45 4 Adapter, DB9F to RJ45 4 Adapter, DB9F to RJ45 4 Adapter, NULL Modem, DB9M/DB9F 4 Cable Management, 19", 2u 6 Cable Management, 19", 2u 6 Cable, 3.5mm Stereo Audio M/M, 15 ft 45 Cable, Amphenol, Male/Female - 25 ft 6 Cable, Bulk, CAT6 STP CMP (Plenum), 1000Ft 27 Cable, Dual 3.5mm to Quick Disconnect 34 Cable, Extension, 3.5mm Stereo, loft 45 Cable, Monitor, DVI, Male -Male, 3 meter 88 Cable, Patch, 2 foot 34 Cable, Patch, 2 foot 152 Cable, Patch, 3 foot 32 Cable, Patch, 3 foot 16 Cable, Patch, 10 foot 134 Cable, Patch, Telephone, Cat 3, 3 ft /I/1 Cable, Patch, Telephone, Cat 3, 3 ft 62 Cable, Quick Disconnect Headset Extension - 10 ft 34 Cable, USB A Male / B Male, 15 ft 12 Cable, USB A Male/Mini-B 5 pin, 15ft 45 Cable, USB Extension, 10 ft 88 Connectors, Shielded, RJ45, 100 count 3 Contact Closure Module, USB - 4 ports 12 Cables, radio/phone inter, adj inline transformer, 2ft 12 Ground Wire, 10#AWG, Solid Copper, 100 ft 4 Headset, Call -taking, Monaural 34 Intel Pro/1000 MT Server Adapter 44 Keystone Jack, 3.5mm Stereo to Screw Terminal 4d KVM LCD Keyboard Mouse, Rackmount, 17in 2 KVM Switch, Analog, Desktop, 4-port Analog 2 Media Converter, IP to Serial 6 22 Mediant 1000 4-port FXO Module 20 Mediant 1000 4-port FXS Module 20 Mediant 1000 AC power supply 8 Mediant 1000 TDM Gateway, Chassis, Standard 8 Monitor, 22" Widescreen Touchscreen 88 Patch Panel, Cat 3, 6P2C, 24port, FemaleAmphenol, l U (Voice) 6 Patch Panel, High Density, CAT6 Shielded Keystone, 48 Port, 2U 6 PBX Phone, Advanced, Snom 870 44 PBX Phone, Warranty, Extended, 800 Series Phone, 3 Year 44 PBX Phone, Standard, Wireless, Snom m9 Set 6 PDU, Rackmount, Vertical, 24X 5-20R, L5-30P 4 PDU, Rackmount, Vertical, 24X 5-20R, L5-30P 4 Printer, LaserJet 2 Rack, Enclosed, 42U 2 Rack, Enclosed, 42U 2 Rackmount Ears, 1900 series Router 2 Router, Standard, PSAP Edge 2 Server, Application, up to 400 ports, HP 2 Server, Control & Communications, 2Tb storage, HP 2 Server, Database, HP, specification mD3 2 Server, xPBX, HP 2 Shelf, Fixed, 4-post, 19" 6 SIP phone (POE) - xTPhone /1/1 Sound Card, Voice Recorder, USB dd Sound Card, Voice, USB 45 Speakerbar 44 Surface Mount Box, Keystone, 2-Port 2 Surface Mount Box, Keystone, 4-port /1'1 Switch, Standard, Managed, Gb 48-port Managed, non- POE 4 Switch, Standard, Managed, Gb 48-port Managed, non- POE 4 Workstation, Desktop 44 Professional Services Room & Board Rate 39 Travel Cost, Per Person 3 Project Management - 11-16 positions 4 23 On Site installation / Testing / Cutover 20 Mobile Training Center, Rental, Daily- check with microData 1 Data Conversion - xTrakker 1 Production of As Built CPE diagrams 1 On Site Support/Monitoring, Post -Cut 5 Training, End -User, xT911/xTrakker 12 Training, Administrator, xAdmin 1 Training, Train the Trainer - 1 Staging - Client Position Equipment, per position 44 Staging -. Server Equipment, per unit 6 Staging - Server Equipment, per unit 2 Shipping & Handling Shipping & Handling 1 Silver Support Year 1 1 Year 2 1 Year 3 Year 4* 1 Year 5* Future Proof Option Year 1 Year 2 Year '3 Year 4* Year 5* xBannerBoard microDATA Software xBannerBoard - Base license xBannerBoard-Additional user/login Silver Support Year 1 Year 2 Year 3 Year 4* Year 5* Future Proof Option 1 1 1 1 1 1 1 1 1 1 1 24 Year 1 Year2 Year 3 Year 4* Year 5* Portable PSAP xT911 & xTracker microDATA Software xMIS CPE Call Taker collection license xSwitch and/or xSR primary port license xT911 client license Third Party Software Anti -Virus PER USER 10 to 24 users OS, Device CAL, Windows Server 2008 Relational DB, Server, CAL, SQL 2008 R2 Third Party Hardware Cable, Dual 3.5mm to Quick Disconnect Cable; Quick Disconnect to Quick Disconnect Extension - 10 ft Headset, Call -taking, Monaural Laptop, certified for xT911 / xTrakker, non ruggedized Sound Card, Voice USB 3.5mm Professional Services On Site Installation / Testing / Cutover Room & Board Rate Staging - Client Position Equipment, per workstation/laptop Shipping & Handling Silver Support MD700 Silver Support MD700 Silver Support MD700 Silver Support MD700 Silver Support MD700 Future Proof Option MD706 Future Proof Option MD706 Future Proof Option MD706 Future Proof Option MD706 Future Proof Option MD706 xLOST microDATA Software xLoST base license xLoST population license (per capita) Third Party Software 10 20 10 10 10 10 11 11 11 10 11 2 2 10 1 1 1 1 1 1 1 1 1 1 1 1 400000 25 OS, Standard, Windows Server 2008 OS, Device CAL, Windows Server 2008 Anti -Virus PER USER 50 to 99 users, 60 months Relational DB, Server, Standard, SQL 2008 Relational DB, Server, CAL, SQL 2008 ESRI Spatial Data Replication (SDE 10.x) Third Party Hardware Cable, Patch, 2 foot Cable, Patch, 3 foot Server, Application/Database Combo, Large, HP Professional Services Room & Board Rate On Site Installation / Testing / Cutover xLoST GIS Data Setup -up to 500k Training, xLoST Staging - Server Equipment, per unit Shipping & Handling Shipping & Handling Silver Support Year 1 Year 2 Year 3 Year 4* Year 5* Future Proof Option Year 1 Year 2 Year 3 Year 4* Year 5* Optional Rack Mount Workstations Third Party Hardware Rack, Enclosed, 42U Shelf, Fixed, 4-post, 19" PDU, Rackmount, Vertical, 24X 5-20R, L5-30P PCoIP Portal, EVGA PColP Host Card, EVGA Professional Services Room & Board Rate On Site Installation / Testing / Cutover Shipping & Handling Shipping & Handling 2 2 2 2 2 2 6 6 2 2 2 1 1 2 1 2 12 4 44 44 2 2 1 Kova/Verint Recorder PRIMARY LOCATION ITEMIZED LIST OF EQUIPMENT/SERVICES TO BE PROVIDED 82 Channel Analog Max -Pro Server, 22 Channel VoIP Max -Pro Server, 4 TB CAS, and Web Server 26 • Audioloo Licenses Audiolog Operational Recording (per seat or radio channel) to replace one channel of Competitor product recording. " 104 Audiolog Server license for Version 5 3 Audiolo . Server Platform Audiolog 5000-Series MAX-PRO/Dual Core 2 Audiolog 5000-Series MAX-PRO/Quad-Core VolP 1 LTelephony Cards LD2409 board, 24 analog ports 4 Miscellaneous Components Upgrade Audiolog 3000-Series MAX-PRO/P4 at time of order from CPU-651 to QuadCore CPU 1 Upgrade Audiolog 3000-Series MAX-PRO/P4 at time of order to QTY 3 of 1TB HDD RAID 5 1 WEB Hosting Server. Windows 2003 Server, RAID 1 Drive configuration (Mirrored), Dual Ethernet interfaces, Also can be used for Dedicated Screen Recording, Also for AET Server 1 Services (Delivery. Installation Training. & lst Yr. Warranty) KOVA, Corp" Delivery, Installation, Training, and 1st Year Warranty with KOVA's 24x7 support services (also includes manufacturer support for the recording version release initially installed) 1 PRIMARY SITE EXTENDED WARRANTY (WITH 24x7 SUPPORT) YEAR 2 PRIMARY SITE EXTENDED WARRANTY (WITH 24x7 SUPPORT) YEAR 3 PRIMARY SITE EXTENDED WARRANTY (WITH 24x7 SUPPORT) YEAR 4 PRIMARY SITE EXTENDED WARRANTY (WITH 24x7 SUPPORT) YEAR 5 BACKUP LOCATION ITEMIZED LIST OF EQUIPMENT/SERVICES TO BE PROVIDED 22 Channel Analo /22 Channel VoIP Max -Pro Hybrid Server. 4 TB CAS. and Web Server Audiolog Licenses Audiolog Redundant Operational Recording (per seat or radio channel). 44 Audiolog Server license for Version 5 (Redundant Server) 2 Audiolog Server Platform Audiolog 5000-Series MAX-PRO/Dual Core (redudant server) 1 Audiolog 5000-Series MAX-PRO/Quad-Core VoIP (redundant server) 1 Telephony Cards LD2409 board, 24 analog ports 1 Miscellaneous Components Upgrade Audiolog 3000-Series MAX-PRO/P4 at time of order to QTY 3 of 1TB HDD RAID 5 1 WEB Hosting Server: Windows 2003 Server, RAID 1 Drive configuration (Mirrored), Dual Ethernet interfaces, Also can be used for Dedicated Screen Recording, Also for AET Server . 1 Services Deliver Installation Trainin . & 1st Yr. Warren 27 KOVA, Corp. Delivery, Installation, Training, and 1st Year Warranty with KOVA's 24x7 support services (also includes manufacturer support for the recording version release initially installed) 1 BACKUP SITE EXTENDED WARRANTY (WITH 24x7 SUPPORT) YEAR 2 BACKUP SITE EXTENDED WARRANTY (WITH 24x7 SUPPORT) YEAR 3 BACKUP SITE EXTENDED WARRANTY (WITH 24x7 SUPPORT) YEAR 4 BACKUP SITE EXTENDED WARRANTY (WITH 24x7 SUPPORT) YEAR 5 Attachment 3- Change Request Form at&t 28 **CHANGE REQUEST/NOTIFICATION FORM** The following is a change to the equipment installation. The customer must review the following change information for accuracy and sign the below agreement before any changes or additional work is to be completed by the AT&T technicians and MicroDATA. Date of request: Reason for change (Description): Requested change (Description): Customer Purchase Order # (if applicable) Additional equipment charges (if applicable) Additional Labor charges (if applicable) Estimated date of completion: Completion Notes: The above work request has been reviewed and approved by the AT&T Project Manager. I, acting on behalf of , hereby request and agree to the above changes to be performed by AT&T and/or MicroDATA at the location of _ I understand that any deviation or changes from the above written request for change will result in the need for another change form to be filed and signed which may also include further charges for additional labor and/or equipment. Date: Date: Customer AT&T Project Manger. ATTACHMENT 4- AT&T Physical and Electrical Requirements 29 Appendix A AT&T E-911 PSAP CUSTOMER REQUIREMENTS AT&T E-911 PSAP Figures (Copy to be provided to customer) FIGURE 1 E-911 EQUIPMENT ROOM TOP VIEW 4 >Effi �''.,I si' i� AY '� 1i1 �'iv'. Ali �4 7t) , ..,.... ., ... n.,�4t .a.....:4.ad r.. :.C_ ,. ,r,.r;.,C.. a .!r. u,.... Jr, r.x, t, r,f r Ik F�Pr..;o,M •..,4i.: CROSS CONNECT FIELD —A 23" KEY SYSTEM E911 CABINET 29" BACK 12" ►I FRONT EQUIPMENT CABINET 4' SUB PANEL MAINTENANCE PRINTER 18" 14 36" 18" 14 ► SPARE PARTS CABINET COMPU 1'ER ROOM • Minimum clearance requirements for cabinet are 12 in. side, 20 in. top, 4 ft. front and back. • Specific cabinet sizes can be obtained from E-911 equipment vendor based on site design. NOT TO SCALE 31 FIGURE 2 COMMERCIAL POWER AND GROUNDING REQUIREMENTS NOTE: PVC RECOMMENED FOR ALL CONDUITS CONNECTED TO E911 SUI3-PANEL (SEE NOTE 11) TO 117 VAC 60-HZ COMMERCIAL POWE SUPPORTED BY LOCAL EMERGENCY POWE GENERATOR OR UPS CIRCUIT BREAKER BOX (LOAD CENTER) NEUTRAL HO NO. 12 AWG (Min) (SEE NOTE 4) \(GROUND) 20 AMP B r.\ 20 AMP STAR (SEE NOTE 2) I I: J / = ... I • • r� • INSULATED NO. 6 AWG BOND (SHORT AS POSSIBLE. SEE NOTE 1) GROUND BAR (SEE NOTE 1 AND 2) 0 0 * INSULATED #6 AWG (MINIMUM Ref. App A, 1.6) TO AC POWER ENTRANCE GRD / ENTRANCE FACILITY (SEE NOTES 1 & 8 ) (TO BE INSTALLED BY ELECTRICIAN) * ALL GROUNDS SHALL BE INSULATED E-911 CABINET TWIST LOCK RECEPTACLE(S) AUXILIARY ALI MUX CABINET, KEY EQUIPMENT CABINET, PRINTERS, CALL TAKER POSITIONS, ETC.... ONE BREAKER PER CABINET OR PIECE OF EQUIPMENT, AS REQUIRE NOTE: PLUGS CALL TAKER POSITIONS ARE IN THE CALL TAKER AREA. TO GROUND TERMINAL FOR 911 CABINET. * COUPLED BONDING CONDUCTOR LASHED TO* TIP AND RING CABLES. (#10 AWG only), APPLY ONLY IF CABLE SHIELD IS NOT BONDED TO TERMINAL. IF 11SF.D. BOND To RAR AND CARI,E TFRMINAT, TO KEY OR ACD SYSTEM GROUND. (ABOVE 3 TO BE INSTALLED BY TELCO SEE NOTE #5) NOTES RELATED TO FIG. 2 1. Circuit breaker box, circuit breakers, ground bar assembly, insulated (Min) No. 6 AWG bond wires and insulated (Min) No. 6 AWG to approved building ground shall be furnished and installed by the Customer prior to start of installation. 2. The electrician shall permanently mount the two ground bars back-to-back on the circuit breaker sub panel. (See figure 2) The bars are to be held together by two screws sin a sandwich arrangement such that one bar is mounted inside the box and the other bar on the outside. To ensure a permanent reliable electrical bond between ground bars and circuit . breaker box, star washers shall be used between each screw and ground bar, between each nut and ground bar, and between each ground bar and circuit breaker box wall. This bar arrangement constitutes the single -point ground system for the E-911 system answer point. 3. The electrician shall use the inside ground bar to terminate the green wire ground. BUT NOT THE NEUTRAL WIRE. 4. These wires shall be kept as short as practicable. Conduit or other metallic enclosures shall not be used to replace the green wire ground. 5. All heavy ( ) lines are ground wires to be installed by Telco personnel at time of cabinet installation. (See figure 2.) 6. System grounding is accomplished by installing the following ground wires at the time of cabinet installation. All wires are terminated on the external ground bar located on the circuit breaker box (Fig. 1). This grounding scheme constitutes the single -point ground arrangement. Wire sizes described below are minimum except for (C). Lengths of wire runs shall determine size of wire/conductors. (A) Home run No. 6 AWG (Min) insulated wire to approved ground (Customer) (B) Home run No. 6 AWG (Min) insulated wire to IIWS, key or Automatic Call Distribution (ACD) System (Telco) (C) Home run No.10 AWG insulated wire (coupled bonding conductor) lashed to tip and ring cable (Telco) (D) Home run No. 6 AWG (Min) insulated wire to ground terminal on E911 cabinet(s) (Telco) 7. The ground bar mounted on the circuit breaker box external wall shall be tagged with an E-3013B which requests that the Telco Repair Service be notified if connections are loose or if they must be removed and a tag RF-1480 that states "BEWARE - E911 SERVICE" shall be attached to the same ground bar by Telco personnel. 8. Approved ground is the "POWER SOURCE GROUND" which is the point the electrical service entering the building is connected to ground. 9. Customer will provide a home run No. 6 AWG (min) insulated wire to the same point on the power ground system that is used for the entrance facility (cable shields, protectors). The ground will be connected from the external ground bar located on the E-911 sub -panel to the power ground system ground point. This will preserve the SINGLE POINT OF GROUND concept. 10. All ground wires shall be insulated. 11. Non-metallic conduit is recommended for all conduits connected the E911 sub panel, both coming from the main power panel and those connecting to the E911 equipment. If metallic is used, the customer must keep all conductive objects away from the metal conduit. 33 INSULATED #6 FOR E911 EQUIPMENT IN OPERATION AREA INSULATED #6 FIGURE 3 E-911 GROUNDS LAYOUT E911 SIIR INSULATED #6 #6 INSULATED GROUND TO BUILDING POWER SERVICE ENTRANCE GROUND KEY SYSTEM POWER SUPPLY INSULATED #6 NOTE: THERE SHALL BE NO OTHER EQUIPMENT POWERED FROM THE E-91 I SUB PANEL OR HAVE GROUNDS CONNECTED TO THE E911 SINGLE POINT OF GROUND 34 #6 GROUND TO MAIN BLDG. POWER GRD. POWER FEED TO MUL 171'LE 20-AMP OUTLETS IN OPERATIONS AREA FOR 911 EQUIPMENT SUB -PANEL POWER FEED FIGURE 4 E-911 EQUIPMENT ROOM 20 amp DUPLEX OUTLET 72" AFF E911 SUB PANEL KEY CABINET MINIMUM 1 SHEET 3/4 X 4 X 8 PLYWOOD FOR CROSS -CONNECT FIELD ;rs SPARE PARTS CAB INET 35 Appendix B AT&T E-911 PSAP CUSTOMER REQUIREMENTS (Copy to be provided to customer) 36 A. ENVIRONMENTAL The customer will: 1 Provide adequate space for the E-911 equipment as shown on the enclosed floor plan. The space shall be in a clean environment, one that is moisture proof, dust proof and static proof as possible. The floor shall be suitably sealed and level. The equipment room door shall not be less than 36 inches wide, preferably equipped with a lock and without a sill or raised threshold. 2. Provide space in an area free of electromagnetic fields greater than 3.0 volts per meter. Examples of possible strong electromagnetic fields are: a) Powerful AM or FM Radio or TV transmitters b) Motors more than 1/4 HP having commutators and located in the same or adjacent room. c) Induction heaters, industrial RF heating equipment and welders 3. Assure the equipment room will be free of contaminates. Copy machines are potential source of contaminates. 4. Design the equipment room to conform to OSHA standards concerning lighting and noise levels. 5. Assure the floor will carry a weight of approximately 425 pounds for the E9-1-1 common equipment cabinet. Concentrated floor loading under the casters is approximately 150 pounds per square inch. 6. Maintain clear access to the equipment and keep this area clear for installation and maintenance of equipment. A 4' maintenance area is required at all time in front and back of the E-911 equipment. 7. - Maintain the room ambient temperature between 65-75 degrees Fahrenheit with a relative humidity range of 30-50%. FAILURE TO MEET THESE CRITERIA MAY CAUSE DEGRADATION OF SERVICE. Note: See Appendix A, Figure 1 — E-911 Equipment Room Top View for an example of the Equipment Room layout. B. SPRINKLER SYSTEM / FIRE PROTECTION Customer must ensure that the equipment room meets all fire code requirements. A gaseous fire extinguishing system is recommended if allowed by Code. If a water sprinkler system is used, the customer must ensure that the sprinkler heads are maintained at correctly set limits to avoid false tripping resulting in inadvertent damage to E-911 equipment. C. SUPPORT FACILITIES The customer will provide: 1. 3/4" plywood backboards that are either fire retardant or non -fire retardant painted with gray fire retardant paint, as shown on the floor plan in Appendix A, Figure 1, for a cross -connect field. 2. Support facilities such as conduit, raceways, etc. that are needed to provide telephone cable and grounding for the system, as shown on the attached sketches All conduits should be: • PVC Schedule 40 rigid unless otherwise agreed upon. Inside diameter to be based on individual site requirements • Equipped with 12 gauge pull wire or 200 pound test nylon pull line • All bends in conduits will be electrical sweep bends with radii not less than 10X the conduit diameter • The conduit run should have no more than 180 degrees in bends between pull points D. E-911 PSAP EQUIPMENT POWER REQUIREMENTS The customer will comply and or provide the following. 37 Proprietary Information Not for use or disclosure outside the AT&T family of companies except under written agreement 1. Commercial power for the system is required regardless of whether an external battery plant is provided.or not. 2. The rectifier is designed to operate from commercial 117 VAC +/- 10 percent, 60 Hz +/- 3 Hz. 3. Local arrangements shall be made to provide a single circuit breaker box / sub -panel (load center) equipped with the needed number of 20A thermal magnetic circuit breakers. This breaker box shall serve AT&T's E9-1-1 equipment only and be located in the same room as the backroom. It is recommended that outlets serving the controller equipment in the backroom be no more than approximately 20' from the sub -panel. 4. Wall mounted receptacles in equipment room (back room), and floor or wall mounted receptacles for Intelligent Integrated Work Stations (MS) equipment in the call taker operations area. The following,AT&T-provided equipment requires its own circuit breaker and outlet fed by the E-911 sub -panel: • Recorder • Printer (ANI/ALI, Maintenance, MIS, etc), • Server(s) (CAD, MAP, MIS, etc), and workstations. Note 1: In all cases, wiring and materials must comply with local codes. Note 2: The load center should be connected to a 40A minimum circuit that is on the local emergency power or UPS. The size of the load center must be calculated based on the site -specific engineered configuration, including backroom and workstation requirements, as provided by AT&T's E-911 equipment. Load requirements can be provided to the customer from AT&T's equipment vendor via the BBS Project Manager. 5. The AC wiring between the circuit breaker and wall -mounted power receptacles shall be 12AWG (min). 6. Provide electrical requirements as specified in Appendix A, Figures 2-4 and the associated power requirements notes. Note 1: The E-911 service panel, receptacles and grounds shall be for AT&T E-911 equipment only. Note 2: See attached Table A for a summary of required materials to be provided by the customer. E. E-911 PSAP EQUIPMENT GROUNDING REQUIREMENTS The electrician shall permanently mount the two ground bars back-to-back on the circuit breaker sub panel. The bars are to be held together by two screws in a sandwich arrangement such that one bar is mounted inside the box and the other bar on the outside. To ensure a reliable bond between ground bars and circuit breaker box, star washers shall be used between each ground bar and circuit breaker wall box. There should also be an insulated #6 AWG between the inside ground bar and the outside ground bar. This bar arrangement constitutes the single point ground (window) for the E911 system answer point. Customer will provide a home run No. 6 AWG (min) insulated wire.to the same point on the power ground system that is used for the entrance facility (cable shields, protectors). The ground will be connected from the external ground bar located on the E-911 sub -panel to the power ground system ground point. This will preserve the SINGLE POINT OF GROUND concept. The grounding/bond wire/conductor sizing depends on the length: • O'to70'=1No. 6AWG • 70' to 240' = 2 No. 1/0 AWG • More than 240' = 3 No. 2/0 AWG Notes: 1. ALL GROUNDS WIRES SHALL BE INSULATED COPPER. 2. Customer or customer's agent will not bond or ground other equipment or make any attachments to AT&T-piaced ground wires. 3. The building main power service entrance ground should be in compliance with current NEC requirements. 38 Proprietary Information Not for use or disclosure outside the AT&T family of companies except under written agreement 39 Proprietary Information Not for use or disclosure outside the AT&T family of companies except under written agreement F. E-911 PSAP CUSTOMER -PROVIDED EQUIPMENT Customer -provided materials, but not limited to as specified elsewhere in the document, are shown below. TABLE A ITEM Circuit breaker box (load center) 20A thermal magnetic breaker Ground bar 20AMP TWIST LOCK power receptacle QTY 1 NUMBER ITE catalog # EQ6 or approved equivalent as required ITE catalog # QP1-B020 or approved equivalent 2 ITE catalog # GB-10 or approved equivalent 1 Per Cabinet NEMA L5-20R (Minimum) 40A thermal Magnetic circuit Feed for load center sub panel from Breaker emergency backup power source i.e... Emergency Generator or UPS. IMPORTANT NOTE: The Customer shall notify AT&T project manager when the Electrical Contractor has completed their work. AT&T will then perform a compliance inspection to certify the work meets the requirements and specifications set forth in this document. G. CUSTOMER ANTENNAS AND TOWERS Listed below are the requirements for customers who have an antenna or tower structure located on the same property as the E-911 system. These specifications are based on ANSI T1.334-2002s. 1. The antenna structure and/or tower should be grounded to prevent lightning currents from entering the building. It is preferable to have all legs of a tower grounded to a ground ring or ground grid. A typical ground ring consists of #2 AWG tinned copper with 8-foot ground rods spaced 10-15 feet apart around the tower. The ring should be grounded to the building grounding electrode system at two points. Outside ground ring connections should use either an exothermic welding technique or clamps, which should be treated with non -oxidizing treatment formula to prevent corrosion. 2. The wave guide/coaxial shield from antennas should be grounded before entering the building. Ground wave guide/coaxial shields to tower or tower grounding system at the point the wave guide/coaxial cable turns to enter the building. The connection should be as straight and short as possible and be bonded to the tower ground ring. 3. Coax lightning arrestors should be used on incoming coaxial lines and should be grounded to the outside earth grounding system. The recommended location for the coax lightning arrestor is immediately inside the entrance hatch, with the arrestor bonded to the metallic hatch plate, or to a ground bar, which is bonded to the exterior ring if the entrance is non-metallic. 4. The coaxial and/or wave -guide metallic entrance "metallic hatch plate" should be grounded to the outside earth grounding system. The wave -guide and coaxial cables should be bonded to the hatch for safety. 40 Proprietary Information Not for use or disclosure outside the AT&T family of companies except under written agreement Appendix C AT&T E-911 PSAP Site Compliance Checklist & Form (Copy to be provided to customer) 41 Proprietary Information Not for use or disclosure outside the AT&T family of companies except under written agreement AT&T E-911 PSAP Compliance Checklist AT&T Responsible Items Inspect and correct, as necessary. Item Description Compliant Responsible Department Action to be Taken 1. Verify that all incoming cable shields and protectors are grounded to the closest point on the power service grounding system. Refer to Paragraph 4.1 of BSP 660-230- 330BT. Verify that minimum #6 AWG insulated wire has been used for entrance facility ground and is run. in as short and straight a path as possible. Note: If fiber entrance with metallic strength members, verify that grounding adheres to RL 05-08-009BT. Yes BICS or OSPE No 2 Verify that primary station protector modules (3B1 E or 3B3E) are installed on all incoming exposed cable pairs and that protector and cable shields are grounded as close as practicable to the cable entry point. Yes BICS or OSPE No 3. Verify that Coupled Bonding Conductors are used where unshielded cable is run from the Network Interface to the E-911 cabinet. The Coupled Bonding Conductor (CBC) consists a #10 AWG insulated wire lashed to the circuit conductors every 6 inches. It should be bonded to the PSAP single point ground window and to the Network Interface protector ground. If the secondary arrestor is not collocated with the single point ground, place a CBC from the secondary protector to the E-911 cabinet, bonding the E-911 cabinet end of the CBC to the single point ground. Yes SSI&M No . 4. On existing PSAPs, verify that secondary protector units are placed on all telecommunications circuits servicing E- , Yes SSI&M 911 equipment. (Secondary protection must be placed at new sites prior to turn - up.) No at&t AT&T E-911 PSAP Compliance Checklist AT&T Responsible Items (Continued) 5. On existing PSAPs, verity that the secondary surge arrestors (power conditioner) are placed on the incoming power to the E=911 cabinet and peripheral Yes SSI&N No equipment. (Secondary surge arrestors must be placed at new sites prior to turn - up.) Confidential Page 43 8/7/2012 at&t Customer -Related E-911 PSAP Compliance Checklist Customer Responsible Items Inspect only. The customer and/or customer's electrical contractor should participate in the inspection. The assistance of an electrical contractor will be needed to locate and inspect several items within the checklist. Place a check mark in the compliance column to the left of an indicator to indicate inspection finding. Item Description Compliant To Be Inspected By Action to be Taken / Comments 1 Is adequate floor space provided in back room? Yes SSI&M No 2 Does equipment room appear to be free of contaminates? Yes SSI&M No 3 Are adequate support facilities (conduits, raceways, backboards) provided? Yes BICS or OSPE and No SSI&M %4`;` Is a single circuit breaker box / load center adequately sized and provided to serve only AT&T's E-911 equipment? Yes No AT&T Electrical Unable to ID Agent and SSI&M 5 Are an adequate # of thermal magnetic circuit breakers installed in the load center? Yes AT&T Electrical Agent and SSI&M No Unable to ID 6 Are the following on their own circuit breaker? -• Recorder • Printer (ANI/ALI, Maintenance, MIS, etc) • Servers (CAD, MAP, MIS, etc.) • ANI/ALI Controller (may require more than one. Yes AT&T Electrical Agent and SSI&M No • Unable to ID ;74_`" = If a local emergency power source or Yes AT&T Electrical Agent UPS is deployed, is the load center connected to a minimum 40A circuit? No Unable to ID Is a ground bar provided at the load Yes AT&T Electrical Agent center, according to specifications? No Unable to ID Is the green ground wire terminated to Yes AT&T Electrical Agent the inside ground bar of the load center? No The Neutral wire should not be Unable to ID terminated to the ground bar. Confidential Page 44 8/7/2012 at&t 10 Is a single point grounding system in place? (Is there 'a home run #6 AWG minimum insulated wire to the power source ground?) Yes No AT&T Electrical Unable to ID Agent 1.1 Is customer compliant with preserving the integrity of the single point ground? Customer will provide a home run No. 6 AWG (min) insulated wire to the same point on the power ground system that is used for the entrance facility (cable shields, protectors). The ground will be connected from the external ground bar located on the E-911 sub -panel to the power ground system ground point. This will preserve the SINGLE POINT OF GROUND concept. Yes AT&T Electrical No Agent Unable to ID `: 12 : < - Is the ground system (at sub -panel, in backroom and in call taker area) for AT&T's equipment free from other vendor's grounding? Customer or customer's vendors should not bond or ground devices to the ground system provided for or installed by AT&T in the. backroom or call taker area. An example is a radio vendor should not bond their equipment to a ground for AT&T equipment in the call taker area. Yes AT&T Electrical Agent and SSI&M No Unable to ID No Unable to ID. 13 ;< Are all customer -provided ground wires insulated? Yes AT&T Electrical Agent and SSI&M No Unable to ID 14 Are an adequate number of 20 amp Yes AT&T Electrical Agent and SSI&M twist lock receptacles provided in back room? No Unable to ID 15 Are there an adequate number and type Yes SSI&M of power receptacles in the backroom? No Unable to ID Confidential Page 45 8/7/2012 at&t • 16 Are there an adequate number of power Yes receptacles in the call taker area? No SSI&M Unable to ID TOWERS— (Based on ANSI T1.334-2002) Item Description Compliant To Be Inspected By Action to be Taken / Comments 17 Are the antenna structure and/or tower grounded to prevent lightning currents Yes AT&T Electrical from entering the building? It is preferred that all legs of a tower grounded to a ground ring or ground A typical ring consists of No Agent grid? ground #2 AWG tinned copper with 8-fool ground rods spaced 10-15 feet apart around the tower. Unable to ID 18 Is the wave guide/coaxial shield from antennas grounded before entering the building? Ground wave guide/coaxial Yes AT&T Electrical • shields to tower or tower grounding system at the point the wave guide/coaxial cable turns to enter the No Agent building. The connection should be as straight and short as possible and be bonded to the tower ground ring. Unable to ID 19 Are Coax lightning arrestors (such as those manufactured by PolyPhaser Corporation) used on incoming coaxial the Yes AT&T Electrical Agent lines and grounded to outside earth grounding system? The recommended location for the coax lightning arrestor is immediately inside the entrance hatch, with the arrestor bonded to the metallic No hatch plate, or to a ground bar, which, is bonded to the exterior ring if the entrance is non-metallic Unable to ID 20 Is the coaxial and/or wave -guide metallic entrance "metallic hatch plate" Yes AT&T Electrical should be grounded to the outside earth grounding system. The wave -guide and No Agent coaxial cables should be bonded to the hatch for safety. Unable to ID A written report summarizing the findings and indicating areas that must be corrected should be prepared by the Inspection Team and provided to the customer along with the Customer -Related E-911 PSAP Compliance Checklist Is there an additional written report that accompanies this checklist? Yes No • Confidential Page 46 8/7/2012 CITY OF MIAMI SMARTRING ACTIVITY/MILESTONE SOW Activity/Milestone Activity Description Resources Duration/ Comments Issue Service Inquiry for Planning Account Team issues Service Inquiry to obtain a preliminary design for a - SmartRing. Account Team The ring design specifics on the inquiry develop out of discussions with the customer and what is known about his needs. Issue Preliminary Serving Plan Based on details in the Service Inquiry submitted by Account Team, Engineering creates the initial serving plan by checking for the availability of fiber and facilities with the Manager of OSP Planning. Temporary (non - reserved) assignments may be made at this time. The preliminary serving plan is then handed off to the Sales Team. State Planner Generally takes about five days, but may take more depending on the complexity of the design. Obtain Customer Signature . Account team negotiates sale and obtains signature from customer and ATT Contract Signature Account Team Last minute negotiations over the legal contractual language can sometimes take an extended period of time. Duration for this task may vary widely from project to project. Converts Service Inquiry to Firm Order Inquiry (SI-FO) Account Team submits the firm order inquiry once the customer has signed contract. Account Team This will be distributed for the purpose of obtaining the final SMARTRing design. This SI- Firm Order advises everyone that Sales has a signed contract and that work should commence. The tentative 90 day timeline starts from the date of SI-FO issuance. Engineering Visits Customer Sites The engineer may visit each customer site to gather required information for their purposes, if required. OSP Engineer This depends on the situation. In some cases only the BICS engineer will visit the sites. BICS Visits to Customer Sites The Building Industry Consultant must take all known information and visit customer sites where Ring nodes will be located. A thorough discussion should be had with the customer BIC Engineer These visits should take place within about 10 days of FO submission. From these visits the BICs Engineer will issue BICS documents to the customer with drawings and all details regarding customer CITY OF MIAMI SMARTRING ACTIVITY/MILESTONE SOW contact including space, power, conduit paths, handoff types, customer terminating equipment locations. work that must be completed prior to work starting at the premises sites. The customer should understand that as soon as work is complete at a site he is required to contact the BICS engineer for an onsite inspection to confirm that the site is ready per the BICS details. This step of inspection 'Certifies' the site. Identify All Project Resources Determine who stakeholders are and the personnel needed to carry out all activities on the project. Network PM This should be done as early as possible so that the Network Kickoff CaII can be scheduled. Gather and Review Project Details Review Customer Profile to verify project scope. Gather any additional details necessary from Account Team and other stakeholders. ABS PM This could be done quickly, take several days, or take several weeks depending on stakeholder availability and how well defined the project is. Prepare Initial Ring Inventory Document Prepare a document to show the architecture of the ring and services that will ride it ABS PM & Account Team This depends very much on the complexity of the design. Draft Project Plan Write initial draft of Project plan, including all supplementary plans: Scope Management Plan, Schedule Management Plan, Risk Management Plan, Communications Management Plan, etc. The initial draft should be finalized by the time of the Customer Kickoff, but will be a living document updated as necessary throughout the lifecycle of the project. ABS PM Gathering the information necessary for the Project Plan, and putting the initial draft together can take several days. 2 CITY OF MIAMI SMARTRING ACTIVITY/MILESTONE SOW Hold Internal Sales Kickoff Hold kickoff with the Sales to review an early draft of the project plan. This should include details of what was sold to the customer and any other deliverables included in the project scope. Be sure to verify the details of services riding the ring. A key item to discuss is a tentative timeline for delivery of the project. Establish expectations for status meetings and other project communications. The Customer Care Service Consultant should participate in this meeting. ABS PM - The purpose is to make sure everyone understands exactly what the project scope is, as Sales understands it, and to -gather any significant special information on the sale or the customer. Attend Internal Network Kickoff This meeting is intended to develop the timeline that will be proposed at the Customer's kick off meeting NSS PM Takes place two weeks from firm order submission Obtain Permits/Easements (Customer Nodes) Before construction to , place fiber can begin, permits may be required from various entities: village/township/city, State Transportation Department, railroads, DNR, etc. OSP Engineer Permits may not be required at all, but if needed, it's difficult to estimate how long they will take. Design and engineer job and Fiber SMARTRing Job Project design and equipment details are specified by the Outside Plant Engineer for the OSP Engineer OSP can take from 4-6 weeks to design the project, depending on complexity, so it should get started as early as possible. Hold Customer Kickoff Hold a formal kickoff with the customer to introduce team member roles, the project plan and verify the customer's understanding of all project and service details. The Sales Team is a key participant. Gain the customer's agreement for the initial targeted timeline. Set clear expectations ABS PM Ensure that the customer's Service Manager or Service Executive attends this meeting. After the project scope is completed, they need to have a good understanding of the project from the outset. This meeting should take place as soon after the Internal Network Kickoff meeting as possible. 3 CITY OF MIAMI SMARTRING ACTIVITY/MILESTONE SOW regarding status meetings and other project communications. Also - obtain customer input for the project plan as they may have information that will be key to the project plan. If so, the project plan will then be revised and sent to them for concurrence. - Customer Kickoff Milestone entry ABS PM Schedule and complete Send Final Site Requirements to Customer The B1Cs Engineer formalizes the site specific requirements, floor plan, etc. and sends them to the customer. BICs Engineer -The-ABS PM should be copied on the BICS plans. You want to give the customer as much time as possible to complete all work required of him. The ideal situating is that he will complete all work and have the BICS certification somewhere in the range of day 45 of the 90-timeline. This target should be clearly communicated to the customer. InstallEquipment at CO sites and Customer sites. The Turf Vendor installs all the equipment at all sites and performs testing on that equipment. Turf Vendor In addition to Install and test all equipment is inventoried Update internal systems with Customer Premises Equipment Inventory Update internal systems with the equipment inventory. ATT Network systems The internal system databases will reflect all equipment for the ring, the ring design, and ultimately the fibers used, and the services that ride the ring, etc. Issue SMARTRing Service Orders Issue the service orders to provision and bill the SMARTRing. Customer Care Service Consultant Ensure proper provisioning and billing of SMARTRing. Room Ready Certification by BICS The customer's sites must be complete as to all details in the BICS documents he was provided. As they complete that work at each site, they should contact the BICS engineer so he can ABS PM Duration can vary widely depending on complexity and how cooperative the customer is with preparing the room according to the Engineer's requirements. Only when the certification is done can the 4 CITY OF MIAMI SMARTRING ACTIVITY/MILESTONE SOW schedule an inspection visit. When that takes place he will certify the site as Room - fiber be ordered and work can be initiated by OSP. This should be accomplished by the mid -point in the targeted 90- day timeline at the latest, and an earlier certification date is always welcomed. Order Fiber Only when the Customer has completed their work at the sites can fiber be ordered to ensure proper lengths. OSP ENG OSP waits to order fiber until sites have been Certified by the BICS engineer as Room Ready so that they order correct fiber lengths_ Only when the customer's conduit is in place and certified as correct by BICS, can OSP know what length to order for the site. Place Fiber Construction places the fiber per the engineered plan. Manager- Construction & Engineering Routine Splice Fiber and Test Fiber Construction places and splices fiber cable into LGX panel. Manager - Construction & Engineering Routine; light readings from the testing are provided to the Transmission Engineer. This completion of the OSP work should be accomplished by Day 76 of the targeted 90-day timeline. The reason for this deadline is that the Ring technicians need 10-14 days to complete their portion of the ring delivery. Turn up of Nodes on the SMARTRing The Ring technicians turn up the nodes: program databases, complete items on the GOCCATS checklist, and install plug -ins. Each node is turned up to itself and once this is completed the node must run on itself for no less than 4 hours. Ring Technicians This is the initiation of the last steps for ring delivery and usually starts at least by DD - 2 weeks. This technician crew needs at least 10 days to complete all their work. 5 CITY OF MIAMI SMARTRING ACTIVITY/MILESTONE SOW Provision & Alarm Nodes The DLC crew programs the Ring equipment, and then works with the NRC/TPC to provision and verify alarming for each node must be done before the due date completion. . DLC/TPC Provision and alarm nodes Ring/Database Scrub TPC and other centers in the NRC do a database scrub for the entire ring to make sure all equipment is working properly, that the databases match, that there is a clean record for the ring. The Ring map is checked and verified. TPC Routine. This generally happens about a week ahead of the DD. Test and Turn -Up= DD On this date every node is opened up and the ring is put together and tested for connectivity. The first node that is tested is the GNE which is always a central office. The TPC directs the alarm testing and records the Tight readings. If Ring is accepted at this point, the service order can be closed by the Tester. NOTE: Once ring is turned up, tested and accepted, there must be an interval of two days before any service can be put on the ring. Ring Technicians and the TPC Routine. This should take place at Day 90 in the 90-Day timeline if not before. Verify Final SMARTRing Configuration and Circuit Inventory Verify CFA for all services that will ride the ring so that orders can be issued correctly. ABS PM & Account Team This activity should be fairly routine at this point. Issue Orders for Network Services that will be provisioned on the SMARTRing Issue orders to provision MFN (My FloridaNET) and or other circuits onto the newly built ring. Orders could be either migration of existing services or newly established circuits. Service Consultant/ABS PM Network service orders can be issued once the Ring orders have met the "Records Issued Design" date. This will eliminate a long delay between the date the Ring is delivered to the customer and the date the circuits are installed on the Ring. Circuits can be installed on Ring 2 days 6 CITY OF MIAMI SMARTRING ACTIVITY/MILESTONE SOW after Ring is delivered to customer. Check Service Orders for Correct Billing For the ring, use either BOCRIS or CABS to verify the correct contract information is on the service order. Service Consultant/ABS PM Routine Coordinate New Installs, Hot Cuts, & Disconnects Coordinate with the customer to turn up new circuits riding the ring and/or migrate existing circuits. Many internal groups may be involved depending on the type of services being provisioned. Projects also may involve decommissioning old rings or other service offerings. For large rings with a mixture of new and migrated services, this line item could take an extended period of time. ABS PM Should be routine according to the schedule already established, but could vary widely between projects. Changes to project scope will affect the timeline. Coordination with the customer to decommission older services and remove equipment may also require negotiation. Verify Scope Completion PM verifies with customer that all work identified in the project plan as part of the project scope has been ABS PM Routine. May be done immediately after Final Order Completed, or as late as the customer closeout meeting. Customer Acceptance Milestone entry ABS PM Conduct Customer Closeout Meeting Conduct formal closeout meeting with the customer to verify all project deliverables have been met (scope verification), provide maintenance contact information, and obtain the customer's agreement to close out the project. Account Exec and Service Manager/Exec should attend. ABS PM The meeting itself will last approximately an hour, but the meeting generally needs to be scheduled several days in advance to find a time that works for everyone. Ensure that the customer's Service Manager or Service Executive attends this meeting. They will 'also need the inventory for the Ring, showing all details for the Ring and the circuits riding the ring. 7 CITY OF MIAMI SMARTRING ACTIVITY/MILESTONE SOW Handoff to Service Management If there is a dedicated Service Manager for the customer, send an email message to formally transfer responsibility to Service Management for Iifecycle maintenance of the services installed. Include all necessary service records and project documentation. ABS PM Routine -- should take Tess than a day of the Service Manager is available and has been kept updated throughout the project. Verify Correct Charges The PM should facilitate a bill review between the customer and Sales Team/Customer Care. The project should remain open until the customer verifies that all charges are correct. ABS PM Duration may vary widely depending on the bill cycle, whether or not there are incorrect charges, and how long it will take to correct any errors. Finalize Lessons Learned Ideally Lessons Learned are documented throughout the project Iifecycle, but an extra effort should be made to review the final log at the end of the project. The customer should also be consulted, usually at the closeout meeting. Enter valid Lessons Learned into the Lessons Learned Project Team If Lessons Learned have been documented throughout the project, and reviewed during the customer closeout meeting, a final review and entry into the Lessons Learned Database should not take long. Close Project The project is formally closed in PICS by reviewing all information entered, ABS PM Routine. 8 at&t GENERAL CUSTOMER -PROVIDED REQUIREMENTS FOR FIBER OPTIC and SMARTRing SERVICES Following is information and a list of general requirements associated with AT&T's installation of fiber optic -based services. An AT&T Building Industry Consulting Service (BICS) representative will identify actual requirements for the specific installation during a site meeting with the end user (and property owner, if applicable). To ensure timely service provisioning, please ensure that end user and building owner representatives are available for contact by AT&T BICS within two business days after the service request has been submitted to AT&T. 1. AT&T must receive approval, at no cost, from the end user and/or property owner for the placement of new cable and equipment (if needed) into and within the building(s). Formal easement documentation may be required in some cases. 2. The end user and/or property owner must provide suitable pathways (conduit, raceway, etc.) from the property line to one or more points within the building. If the property owner and end user are not the same entity, the end user must obtain the owner's concurrence that such pathways will be provided as specified by AT&T's BICS representative. Certain service configurations may require redundant/diverse building entrance facilities. 3. Depending on the particular installation, at multi -tenant properties space may be required in the common telecom equipment room of the building and also within the end user's premises. In either case, the equipment location(s) for multiplexers and other electronic equipment must be dean, environmentally conditioned, with proper lighting. Equipment racks, floor space and/or plywood backboards may be required. 4. Electrical power for electronic equipment may be required at either, or both, the common telecom equipment room of the building and at the end user's premises. Depending on the specific requirements of the installation, the power required could be one or more of the following: • 120VAC, 20 ampere, dedicated circuit(s) w/locking-type receptacle(s) • 48VDC, with A/B loads. • 240VAC or 208VAC, 30 ampere, dedicated circuit(s) w/locking receptacle(s) Notes: a) AT&T provides reserve battery power for momentary commercial AC power outages. If service is required during sustained failure of commercial AC power, the end user may wish to provide a backup power source such as an emergency generator and/or UPS. b) Access to the building's grounding electrode system is necessary. 5. The installation of fiber -based servicesrequires close coordination between AT&T, the property owner and the subscribing customer. A critical date schedule must be established immediately with a clear understanding of respective responsibilities. The AT&T BICS Representative will document agreed -upon commitments in a confirmation letter to the end user and, if applicable, to the property owner. AT&T :Sales:Representative Please, complete and initialthe form below Attachtlie completed sheet to the sgned:customercontract when you email orIax.the contract'to yourBBCarerepresentative. Customer Name Customer Contact Name Tel. Number Property Owner/Tel#: (complete only if not subscribing customer): Name of AT&T AE or SE (Print) AE or SE MUST INITIAL Date 3-3-06 GFr at&t GENERAL CUSTOMER -PROVIDED REQUIREMENTS FOR FIBER OPTIC and SMARTRing SERVICES Following is information and a list of general requirements associated with AT&T's installation of fiber optic -based services. An AT&T Building Industry Consulting Service (BICS) representative will identify actual requirements for the specific installation during a site meeting with the end user (and property owner, if applicable). To ensure timely service provisioning, please ensure that end user and building owner representatives are available for contact by AT&T BICS within two business days after the service request has been submitted to AT&T. 1. AT&T must receive approval, at no cost, from the end user and/or property owner for the placement of new cable and equipment (if needed) into and within the building(s). Formal easement documentation may be required in some cases. 2. The end user and/or property owner must provide suitable pathways (conduit, raceway, etc.) from the property line to one or more points within the building. If the property owner and end user are not the same entity, the end user must obtain the owner's concurrence that such pathways will be provided as specified by AT&Ts BICS representative. Certain service configurations may require redundant/diverse building entrancefacilities. 3. Depending on the particular installation, at multi -tenant properties space may be required in the common telecom equipment room of the building and also within the end user's premises. In either case, the equipment location(s) for multiplexers and other electronic equipment must be dean, environmentally conditioned, with proper lighting. Equipment racks, floor space and/or plywood backboards may be required. 4. Electrical power for electronic equipment may be required at either, or both, the common telecom equipment room of the building and at the end user's premises. Depending on the specific requirements of the installation, the power required could be one or more of the following: ■ 120VAC, 20 ampere, dedicated circuit(s) w/locking-type receptacle(s) • 48VDC, with AB Toads. • 240VAC or 208VAC, 30 ampere, dedicated circuit(s) w/locking receptacle(s) Notes: a) AT&T provides reserve battery power for momentary commercial AC power outages. If service is , required during sustained failure of commercial AC power, the end user may wish to provide a backup power source such as an emergency generator and/or UPS. b) Access to the building's grounding electrode system is necessary. 5. The installation of fiber -based services requires close coordination between AT&T, the property owner and the subscribing customer. A critical date schedule must be established immediately with a clear understanding of respective responsibilities. The AT&T BICS Representative will document agreed -upon commitments in a confirmation letter to the end user and, if applicable, to the property owner. AT&TSales Representative_ . Please: complete and initial the'form•below. Attach the completed sheet to the signed customer contract when you email or fax the contract: tc your $BCare representative. Customer Name Customer Contact Name Tel. Number Property Owner/Te!#: (complete only if not subscribing customer): Name of AT&T AE or SE (Print) AE or SE MUST INITIAL Date 3-3-06 GFr Attachment 3- Change Request Form atsct **CHANGE REQUEST/NOTIFICATION FORM** The following is a change to the equipment installation. The customer must review the following change information for accuracy and sign the below agreement before any changes or additional work is to be completed by the AT&T technicians and MicroDATA. Date of request: Reason for change (Description): Requested change (Description): Customer Purchase Order # (if applicable) Additional equipment charges (if applicable) Additional Labor charges (if applicable) Estimated date of completion: Completion Notes: The above work request has been reviewed and approved by the AT&T Project Manager. I, acting on behalf of , hereby request and agree to the above changes to be performed by AT&T and/or MicroDATA at the location of . I understand that any deviation or changes from the above written request for change will result in the need for another change form to be filed and signed which may also include further charges for additional labor and/or equipment. Date: Customer Date: AT&T Project Manger. 30 EXHIBIT C Proposed Proposal dated and any modifications/addenda thereto 28 PLEASE REFER TO AT&T RESPONSE TO RFP 284273 SUMM1 FI ED JANUARY 10, 2012 IT INCLUDES ALL ADDENDA THERETO City of Miami AT&T Response for your Public Safety Services RFP 284273 Fully Managed, Hosted NG911 Solution January 16, 2012 ORIGINAL Rethink Possible Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: SUPPLIER NAME - BellSouth Telecommunications, LLC, dba AT&T Florida ("AT&T") 7300 NW 19th Street, Suite 700, Miami, Fl 33126 ADDRESS- 305 569 7325 PHONE: FAX mb0481@attcom�J /] , BEEPER: na 866 379 9203 SIGNED BY• John H. Stuhrenberg '1'1.1LE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISOUALIFY THIS BID. Page 2.of 51 Certifications Legal Name of Firm: BellSouth Telecommunications, LLC, dba AT&T Florida ("AT&T") Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Corporation Year Established: 1876 Address of Firm: 7300 NW 19th Street, Suite 700, Miami, F133126 Occupational License Number (copy must submitted with bid): 421960-00621503 Page 3 of 51 Line: 1 Description: Disregard this Line Item. Refer to Special Condition 2.19, and Submission Requirement 6. Compensation Proposal Category: 91551-43 Unit of Measure: Month Unit Price: $ 1291 Manufacturer Model Number Supplier Part Number Number of Units: 54 Total: $ $69,756 microDATA Attached Attached Delivery Time from Receipt of 180 Days Order (Calendar Days) Minimum Order Quanitity 54 Positions **Based on clarification from the City of Miami for RFP 284273 : Addendum 1 (Question #1, Answer #1) ...AT&T has adjusted quantities to 54 positions. Additional positions ordered by the City of Maimi will be offered at the same rate as quoted 0 r� �J Rethink Possible AT&T's Response to City of Miami's RFP 284273. for Informal Request. for Proposals for a Fully Managed, Hosted NG911 Solution Federal Employer Identification Number: 58-0436120 January 17, 2012 —1 P.M. Miriam Buonomo Account Manager AT&T 7300.NW 19th Street Miami, FI 33126 Office: 305 569-7325 Cell: 305 582-9485 Email: mb0481@att.com J Notwithstanding anything contained in the RFP to the contrary, AT&T Corp. ("AT&T') submits this RFP response (the "Response") subject to the provisions of this Response and the terms and conditions of the attached AT&T Master Agreement, Pricing Schedule, and associated transaction -specific documents (collectively "AT&T Contract Documents"), copies of which are attached to this Response. Neither party is under any obligation to the other with respect to this RFP until the parties have agreed upon and executed a mutually agreed master agreement and order documents (the "Contract"). Any software used with the Services will be governed by the written terms and conditions of the third party software supplier's software license documentation applicable to such software. Title to software remains with AT&T or its supplier. The City of Miami must comply with all such terms and conditions, and they shall take precedence over any agreement between the parties as relates to such software. Should AT&T be selected as your supplier of choice, AT&T will work cooperatively with the City of Miami to negotiate any mutually agreed contractual provisions required for compliance with the RFP and AT&T's Response. Any changes, additions or deletions to the products, services, quantities, revenue commitments, or term of the proposed arrangement may result in changes to the rates, discounts, credits or other terms contained in this proposal. Submission of this proposal does not obligate either party to enter a contract of any kind, create legal obligations on the part of either party or obligate either party to pay expenses incurred by the other party. Any agreement between the parties must be in Owriting and signed by both parties after negotiation of appropriate teens and conditions. AT&T respectfully requests that information in this document be held confidential by the City of Miami, to the extent allowed under applicable law. Proposal Validity Period —The information and pricing contained in this proposal is valid for a period of One hundred eighty days(180) days from the date written on the proposal cover page unless rescinded or extended in writing by AT&T, Corp. Terms and Conditions —Unless otherwise stated herein, this proposal is conditioned upon negotiation of mutually acceptable terms and conditions. Proposal Pricing —Pricing proposed herein is based upon the specific product/service mix and bcations outlined in this proposal, and is subject to the standard terms and conditions of AT&T Corp unless otherwise stated herein. Any changes or variations in AT&T Corp standard terms and conditions and the products, length of term, services, locations, and/or design described herein may result in different pricing. providers of Service —Subsidiaries and affiliates of AT&T Inc. provide products and services under the AT&T brand. AT&T Corp, an AT&T company, is the proposer for itself and on half of its service -providing affiliates: • • BellSouth Telecommunications, LLC, dba AT&T Florida ("AT&T"). • Copyright Notice and Statement of Confidentiality- 2011 AT&T Intellectual Property. All rights reserved. AT&T, the AT&T logo, and all other AT&T marks contained herein are trademarks of AT&T Intellectual. Property and/or AT&T affiliated companies. All other marks contained herein are the property of Heir respective owners. t e confer s o cs ocument are unpublished, proprietary, and confidential and may not be copied, disclosed, or used, in whole or in part, without the express written permission of AT&T Intellectual Property or affiliated companies, except to the extent required by law and insofar as is reasonably necessary in order to review and evaluate the information contained herein. Informal RFPs for Fully Managed, Hosted NG911 Solution #284273 4. Submission Requirements 4.1. SUBMISSION REQUIREMENTS Proposers shall carefully follow the format and instruction outlined below, observing format requirements where indicated. Proposals should contain the information iterni7ed below and in the order indicated. This information should be provided for the Proposer and any sub -consultants to be utilized for the work contemplated by this Solicitation. Proposals submitted which do not include the following items may be deemed non- responsive and may not be considered for contract award. The response to this solicitation shall be presented in the following format. Failure to do so may deem your Proposal non -responsive. ALL RESPONSES WILL BE SUBMITTED IN HARDCOPY FORMAT ONLY TO INCLUDE ONE ORIGINAL AND SEVEN (7) COPIES, TO THE ATTENTION OF MS. MARITZA SUAREZ, AT THE CITY OF MIAMI PURCHASING DEPARTMENT, dll SW 2ND AVENUE, 6TH FLOOR, MIA.MI, FL 33130. NO ON- LINE SUBMITTALS WILL BE ACCEPTED. anuary1l-YL012 Page-iiii AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atslt Informal RFPs for Fully Managed, Hosted NG911 Solution #284273 1. Cov.er Page The Cover Page should include the Proposer's name; Contact Person for the RFP; Firm's Liaison for the Contract; Primary Office Location; Local Business Address, if applicable; Business Phone and Fax Numbers, if applicable Email addresses; Title of RFP; RFP Number; Federal Employer Identification Number or Social Security Number. AT&T Response: Comply Contact person for RFP: Miriam Buonomo Firm's Liaison for the Contact: Primary Office Location: 7300 NW 19th Street, Miami, Suite 700, Miami Fl 33126 Business Phone: 305 569-7325 Fax Numbers: 866 379 9203 Email: MB0481@ATT.COM Title of RFP: City of Miami's RFP 284273 for Informal Request for Proposals for a Fully Managed, Hosted NG911 Solution Federal Employer. Identification Number: 58-046120 January -la, 2012 gage -iv AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Chief Procurement Officer • Cr iTfMtn KENNETH ROBERTSON JOHNNY MARTINEZ, P.E. City Manager ADDENDUM NO. 1 Informal RFP No. 284273 December 20, 2011 Informal Request for Proposals (RFP) for a Fully Managed, Hosted NG911 Solution Please find below Questions from prospective proposers and the City s Answers to those Questions received before the stipulated due date: Q1: Please clarify the number of answering positions required at both of the PSAP locations. We gleen out that there are 60 total.....25 at PD, 25 at Fire College, and 10 Mobile. Please confirm. . Al: The total number of positions is 54 (22+22+10). Please provide the cost of adding additional positions .as an ---.option:- - - Q2: There is reference to a logging recorder. Is a new recorder part, of the RFP? A2: Yes. A standalone logging recorder capable of recording all NG911 and Administrative lines is required. Please provide solution for recording at both the gateway and console. Q3: There is requirement for rack -mount of all workstations with only the keyboard, video and mouse at the call taker position. - (a) What is the approximate distance from the workstation location to the call taker position? (b) Is the intention to have workstation CPU's on rack'shelves, connected via KVM extenders, Or rack mounted . 2U CPU? (Concern is the additional cost and consumption of space in equipment room). (c) Can AT&T Provide this as an OPTION from a pricing perspective? A3: (a) The approximate distances at both Miami PD and the Fire College are between 50-200ft. (b) The class of workstation is at the recommendation of the solution provider. (c) This can be listed as an option. Q4: Training — How many administrators will need to be trained? How many call takers need to be trained? Do you desire a Train the Trainer option? A4: Administrator training will be for 6 personnel. We do desire a 'train the trainer' session for up to 10 personnel. Q5: When does the City expect to install the new system? • A5: Upon City Commission approval, contract execution and issuance of a Purchase Order. The vendor will be required to provide a detailed timeline of deliverables and milestones. • Q6: On page 34, item #5 says "information regarding the appropriate technical skill sets and approximate quantity of support required." Please clarify. • A6: We want the vendor to provide a detailed plan of on -going support to include how many people will be required to maintain the system and what their .minimum certifications will be (Example: Vendor certification, A+, Network+, etc). Page 1 Addendum No. 1 0 December 20, 2011 RFP No. 284273 - Fully Managed, Hosted NG911 Solution Q7: Page 31- DISCOVERY Section: "In addition MPD utilizes three administrative trunk groups with fifteen public switched telephone network lines assigned to them. MFD also utilizes three administrative trunk groups with eight public switched telephone network lines assigned to them. The system has one other trunk group with eight public switched telephone network lines assigned dedicated to outbound calling.' Based on the above requirement- We understand the above requires the MPD site will require fifteen (15) adm lines to terminate on the 911 positions, MFD site will require eight (8) adm lines to terminate on the 911 positions, at the MPD & MFD 911 positions require eight (8) adm lines for outbound calling. This allows for a total of 31 adm lines at the MAIN SITE and also support for 31 Adm Tines at the Miami Fire Training Center. Please confirm. A7: Quantities listed above are correct Q8: Page 31 - 'MPD Non- Emergency Operations' Merlin System. In addition to the above mentioned administrative lines That are routed through the Avaya G3, there is an AT&T Merlin II system with twenty three 34 button phone sets in use. Sixteen of these phone sets are only used as internal intercoms between' the other Merlin phones. The remaining seven operate with either dedicated lines or groups of lines programmed in a square configuration.' Based on the above: -------(a)--Please-clarify-if-any-ef theintercom sixteen-(15)-phone-sets-are-used-by-any-0f the-22-call-taking positions — or are they used among non-911 call taking positions? Please provide the breakdown. (b) Are the remaining seven (7) positions that work in a square configuration, used by users with 911 positions or non- 911 positions? Please provide the breakdown. A8: (a) All intercom devirps should be separate from the NG911 headsets. • Primary Site (28 intercom / Phone Locations: 3 EOC, 2 Bridge, 12 Calltaker Positions, 3 Info Channel & Supervisor, 5 Dispatch Positions, 3 Fire Positions) • Backup Site (21 Intercom / Phone Locations: 2 Bridge, 4 Dispatcher Positions, 12 Calttaker Positions, 3 Fire Positions) • Optional pricing should include cost to add additional intercom / phone positions. • (b) Yes- Please see updated quantity above. Intercoms at non-911 positions should be able to have assigned administrative lines and outside dialing capability. Q9: Page 33- 1st paragraph: 'In addition to the above described systems, the City requires a 911 transportable system capable of answering in a non -predetermined location leveraging VoIP technologies. This concept is often referred to as a "PSAP in a Box` concept With minimal equipment, the City is looking for a 10 Position system.' Based on the above, will mapping and MIS be required? We will include capability forup to 10 came trunks and 10 adm lines. Please confirm. A9: Vendor will provide an option fora Mapping component that can be run on a standard laptop in conjunction with other software such as a CAD client application. Quantity is correct. . Q10: Page 34- 1e' paragraph: "System will have the capability to have handsets and function independently or in parallel with the Intelligent Work Station at each position." Based on the above, does the City mean a separate backup phone set that will work should the PC fail? A10: Yes, however, please price as an option. Q11: What is the breakdown of positions that will require Radio/ Phone headset interface vs. Headset only? All: Primary Site: 7 with radio / phone interface. 15 Headset Only. Backup Site: 4 with radio 1 phone interface. 18 Headset Only Page 2 .0 Addendum No. 1 December 20, 2011 • RFP No. 284273 — Fully Managed, Hosted •NG911 Solution Q12: On Page 33 of 51. The City Asks: 'Must have the ability to instantly change call routing flows by time of day and . associated timers or other parameters "on the fly", and °Ability to route incoming calls utilizing geospatial business rules determined by the system administrators.° AT&T understands this RFP to be for a call handling solution only. This type of ability refers to CALL ROUTING in the network. Do we understand that the CITY wants the CALL HANDLING SYSTEM to be able to handle this requirement if the CITY implements a IP Call Routing ESINet in the future? Al2: System should support vector call routing based on user defined rules. Example: Avaya skills based routing and vectoring. Q13: On Page 32, of 51: Improve Public Safety respondercoordination and more effectively route emergency calls ,for service by Geospatial Location Identification." Again, AT&T.sees this as a function of CALL ROUTING Network. Do we understand that the CITY wants the CALL HANDLING SYSTEM to be able to handle this requirement if the CITY implements a IP Call Routing ESINet in the future? A13: The requirement for call routing is based on which positions(s) at which physical location receive the incoming call based on Geospatial or date & time parameters. Example: During a large event such as Calle Ocho, the City may desire for all calls coming in from a geofenced area surrounding the festival to be routed to the Emergency Operations Center being manned by call takers using the °PSAP in a box' for a limitedd time and duration. ALL OTHER TERMS AND CONDITIONS OF THE RFP REMAIN THE SAME. KR/ ms Cc: RFP File Sincerely, . Kdnneth Robertson Director/Chief Procurement Officer Page 3 0 City of Miami Request for Proposals (RFP) Purchasing Department Miami Riverside Center 444 SW 2.1 Avenue, 68, Floor Miami, Florida 33130 Web Site Address: http/fci.miarni.fl_us/procurement RFP Number: Title: Issue Date/Time: RFP Closing Date/Time: Pre -Bid Conference: Pre -Bid Date/Time: Pre -Bid Location: Deadline for Request for Clarification: Buyer: Hard Copy Submittal Location: Buyer E-Mail Address: Buyer Facsimile: 284273 Informal Request for Proposals for a Fully Managed, Hosted NG911 Solution 08-DEC-2011 17-JAN-2012 @ 13:00:00 Monday, December 19, 2011 at 5:00 p.m. Suarez, Maritza City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US msuarez@ci.miami.fl.us (305) 400-5025 Page 2 of 51 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation,completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCF:YUJ.ONS: . AT&T's Response: The products, services and pricing provided herein are subject to the terms and conditions of the proposed AT&T Contract Documents, attached hereto and any applicable Statement of Work which may be developed by AT&T and City of Miami after contract award and not pursuant to the Terms and Conditions contained in this RFP document If awarded the business, AT&T will work with City of Miami toward negotiation of mutually agreed upon contract terms AT&T requests that any finally negotiated agreement between the parties be based upon or substantially incorporate the terms and conditions of the proposed AT&T Contract Documents. We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation, other than as expressly set forth in this Response. and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: SUPPLIER NAME: ADDRESS: PHONE: FAX: EMAIL: BEEPER: SIGNED BY: TITLE: DATE: Page 3 of 51 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS BID. • Page 4 of 51 Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Address of Firm: Occupational License Number (copy must submitted with bid): Page 5 of 51 Line: 1 Description: Disregard this Line Item. Refer to Special Condition 2.19, and Submission Requirement 6. Compensation Proposal Category: 91551-43 Unit of Measure: Month Unit Price: $ Number of Units: 60 Total: $ Manufacturer Model Number Supplier Part Number Delivery Time from Receipt of Order (Calendar Days) Minimum Order Quantity Page 6 of 51 Request for Proposals (RFP) 284273 0 Table of Contents Terms and Conditions 6 1. General Conditions b 1.1. GENERAL TERMS AND CONDITIONS b 2. Special Conditions 24 2.1. PURPOSE 24 2.2. DEADLINE FOR RECELFT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 24 2.3. VOLUNTARY SUB INSPECTION 24 2.4. TERM OF CONTRACT 24 2.5. CONDITIONS FOR RENEWAL .24 2.6. NON -APPROPRIATION OF FUNDS 24 2.7. MINIMUM QUALIFICATIONS 25 2.8. CONTRACT EXECUTION 25 2.9. FAILURE TO PERFORM 25 2.10. INSURANCE REQUIREMENTS 25 2.11. CONTRACT ADMINISTRATOR 27 2.12. SUBCONTRACTOR(S) OR SUBCONSULTANT(S) 27 2.13. SPECIFICATION EXCEPTIONS 27 2.14. TERMINATION 28 2.15. ADDITIONAL TERMS AND CONDITIONS 28 2.16. PRIMARY CLIENT (FIRST PRIORITY) 28 2.17. -UNAUTHORIZED WORK 28 2.18. CHANGES/ALTERATIONS 28 2.19. METHOD OF PAYMENT 28 2.20. COMPENSATION PROPOSAL 29 2.21. EVALUATION/SELECi'iON PROCESS AND CONTRACT AWARD 29 2.22. ADDITIONAL SERVICES .30 2.23. RECORDS 30 2.24. TRUTH IN NEGOTIATION CERTIFICATE 30 3. Specifications 31 3.1. SPECIFICATIONS/SCOPE OF WORK 31 4. Submission Requirements 49 4.1. SUBMISSION REQUIREMENTS 49 5. Evaluation Criteria 51 5.1. EVALUATION CRITERIA 51 Page 5 of 51 Request for Proposals (RFP) 284273 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent: The General Terms and Conditions described herein apply to the acquisition of goods/equipment/services with an estimated aggregate cost of $25,000.00 or more. Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this formal solicitation, if applicable, shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. AT&T's Response: The products, servirPs and pricing provided herein are provided subject to the terms and conditions of the AT&T Contract Documents and any applicable Statement of Work which may be developed by AT&T and the City of Miami after contract award and not pursuant to the terms and conditions contained within this RFP document If awarded the business, AT&T will work with the City of Miami toward negotiation of mutually agreed upon contract terms. 1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall be considered an offer on the part of the bidder/proposer, such offer shall be deemed accepted upon issuance by the City of a purchase order. 13. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or parts of after opening/closing date and request re -issuance on the goods/services described in the formal solicitation. AT&T's Response: AT&T's proposal hereunder is a direct reflection of the entire scope of work as presented here, as of the date of submission. Acceptance of only part of the quote may require mutual agreement/adjustment to the final configuration, subsequent pricing and Implementation schedule. In the event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is riot in a position to perform the requirements defined in this formal solicitation. The City further reserves the right to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its discretion, re -issue this formal solicitation. AT&T Response: AT&T understands City of Miami's right to waive irregularities and abandon the RFP prior to finalization of acontract. Once a contract is signed, the provisions of that agreement will apply. AT&T reserves the right, consistent with this RFP and/or applicable local and state procurement statutes, ordinances, guidelines and other applicable authorities, to contest an award made under this RIP. 1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are availabl�at-tbei_Czty's_meks�t1_e at: http•//www.ci.miami.fl.us/procurement 1.5. ALTERNATE RESPONSES MAY BE CONSIDERED - The City may consider one (1) alternate Page 6 of 51 Request for Proposals (RFP) 284273 response from the same Bidder/Proposer for the same formal solicitation; provided, that the alternate response offers a different product that meprs or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder/Proposer shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of the resulting Contract, or any or all of its right, title or interest herein, without City of Miami's prior written consent. AT&T Response: AT&T reserves the right to hire, utili7P and manage its subcontractors as needed, but will remain responsible for all subcontracted performance. 1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising outof this Contract, the prevailing party shall be entitled to recover its costs and reasonable attorney's fees through and including appellate litigation and any post judgment proceedings. 1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, docnmrnts, papers, and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of the books, docnmrnts, papers and records pertinent to the Contract for Page 7• of 51 Request for Proposals (RFP) 284273 three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immrrliate cancellation of this contract by the City. AT&T's Response: Subject to AT&T's reasonable security requirements and not more than once every twelve (12) months, City of Miami ("Customer") may, at its own expense, review AT&T's relevant billing records for a period not to exceed the preceding 12 months, for the purpose of assessing the accuracy of AT&T's invoices to Customer. Customer may employ such assistance, as it deems desirable to conduct such reviews, but may not employ the assistance of any entity that derives a substantial portion of its revenues from the provision of services that are substantially similar to the Services provided hereunder or any person who has previously made prohibited use of AT&T's Confidential Information. Customer shall cause any person retained for this purpose to execute a non -disclosure agreement Such reviews shall take place at a time and place agreed upon by the parties. Customer's normal internal invoice reconciliation procedures shall not be considered a review of AT&T's relevant billing records. AT&T shall promptly correct any billing error that is revealed in a billing review, including refunding any overpayment by Customer in the form of a credit or billing any underpayment as soon as reasonably practicable under the circumstances. AT&T shall cooperate in any Customer billing review, providing AT&T billing records as reasonably nerPssary to verify the accuracy of AT&T's invoices. AT&T may redact from the billing records provided to Customer any information that reveals the identity or confidential information of other AT&T customers or other AT&T INFORMATION that is not relevant to the purposes of the review. 1.9. AVAILABILITY OF CONTRACT STATE-WIDEAny Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s) established herein, when permissible by federal, state, and local laws, rules, and regulations. Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and resulting bid contract or agreement will establish its own contract/agreement, plate its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s)/proposer(s)- AT&T's Response: AT&T is certainly willing to entertain the opportunity to provision to other entities. However, AT&T would need to'know information -including, but not limited to, which entities were being considered, how the billing and collection would work (e.g., who would ultimately be responsible for payment), any credit issues, and what services were involved. Once AT&T understood the details, AT&T would consider this opportunity. 1.10. AWARD OF CONTRACT: A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract/agreement, amendment or addenda. AT&T's Response: The products, services and pricing provided herein are provided subject to the terms and conditions of the AT&T Contract Documents and any applicable Statement of Work which may be developed by AT&T and the City of Miami after contract award and not pursuant to the terms and conditions contained within this RFP document. If awarded the business, AT&T will work with the City of Miami toward negotiation of mutually agreed upon contract terms. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with Drug Free Workplace Programs. C. The-award-of-thiscontract-may-be-preconditioned-on-the-subsequent-submission-of-other documents as specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its Page 8 of 51 Request for Proposals (RFP) 284273 contractual obligation if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's/Pnoposer's Response and may Arrept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's/Proposer's default D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or contract award sheet E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual agreement of such extensions. AT&T's Response: Any options, renewals or extensions must be by mutual agreement. Any requestto extend orrenew shall be delive<ed to AT&T at least 60 days before the expiration of the current agreement Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified. AT&T's Response: AT&T's proposal hereunder is a direct reflection of the entire scope of work as presented here, as of the date of submission. Acceptance of only part of the quote may require mutual agreement/adjustment to the final configuration, subsequent pricing and Implementation schedule_ lI. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the City's best interests. Such agreement will be furnished by the City, will contain certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. AT&T's Response: The products, services and pricing provided herein are provided subject to the terms and conditions of the AT&T Contract Documents and any applicable Statement of Work which may be developed by AT&T and the City of Miami after contract award and not pursuant to the terms and conditions contained within this RFP document. If awarded the business, AT&T will work with the City of Miami toward negotiation of mutually agreed upon contract terms. 1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award r 0 Page 9 of 51 Request for Proposals (RFP) 284273 0 contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of award. If. sixty (60) days have passed after the date of the formal solicitation closing date, and no contract has been awarded, all bid deposits will be 'returned on demand. 1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses may be rejected. AT&T Response: AT&T understands and agrees with the clarification that there will be no forfeiture of the Bid Security so long as the failure to execute an Agreement results from the failure of the parties to negotiate an Agreement based on the exceptions and other clarifications contained in this Response. 1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an approved equal, Bidder,/Proposers will submit, with their response, complete sets of nP.. ssary data (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of equality and its decision shall be final Unless otherwise specified, evidence in the form of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after formal solicitation opening/closing only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its opening/closing. In the event of bid/proposal ranrellation, the Director of Purchasing shall notify all prospective bidders/proposers and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall not have any claim upon the City. 1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City be liable for, or responsible to, theBidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. AT&T Response: Except for payment of amounts due, neither party will be liable for any delay, failure in performance, loss or damage due to fire, explosion, cable cuts, power blackout, earthquake, flood, strike, embargo, labor disputes, acts of civil or military authority, war, terrorism, acts of God, acts of a public enemy, acts or omissions of carriers or suppliers, acts of regulatory or governmental agencies, or other causes beyond such party's reasonable control. 1.18. COLLUSION—Bidder/Proposer, by submitting a response, certifies that its response is made without previous understanding, agreement or connection either with any person, firm or corporation submitting a response for the same items/services or with the City of Miami's Purchasing Department or initiating department The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids/responses where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and. regulations, Page 10 of 51 Request for Proposals (RFP) 284273 including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way the goods or equipment offered, including but not limited to: AT&T's Response: AT&T's Response is submitted under applicable laws and regulations current at the time of contract execution. Changes in laws and regulations may require changes in pricing and performance. A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following employment practices, rate of pay or other compensation methods, and training selection. Page 11 of 51 Request for Proposals (RFP) 284273 B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation. C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. D.... Environment Protection Agency (EPA), as applicable to this Formal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. IL National Forest Products Association (NFPA), as applicable to this Formal Solicitation. I City Procurement Ordinance City Code Section 18, Article III. J. Conflict of Interest, City Code Section 2-611;61. B. Cone of Silence, City Code Section 18-74. L The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment M. First Source Hiring Agreement, City Ordinance No. 10032, as applicable to this Formal Solicitation. Implemented to foster the creation of new and permanent jobs for City of Miami residents; requires as a condition precfrlent to the execution of service contracts including professional services. Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.20. CONE OF SILENCE - AT&T Response: AT&T Understand and agrees. Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or 1113 after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of goods and services and public works or improvements for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IIh13s (bids) between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City Commissioners, or their respective staffs and any member of the respective selection/evaluation committee. The provision does not apply to, among other communications: oral communications with the City purchasing staff, provided the communication is limited strictly to matters of process or procedure already contained in the formal solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -proposal or pre -bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable RFP, RFQ, RFLI or 1113 (bid) documents (See Section 2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IM3 by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk, which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk 0 In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or consultatlt_she subject same to potential penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference Page 12 of 51 Request for Proposals (RFP) 284273 Section 18-74 of the City of Miami Code for further clarification. Page 13 of 51 Request for Proposals (RFP) 284273 0 This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at 305-250-5360, to obtain a copy of same. 1.21. CONFIDENTIALITY - As apolitical subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. AT&T Response: AT&T agrees that District may use its RFP Response as needed in connection with this RFP and the analysis of the AT&T Proposal; provided that proprietary information in AT&T's Proposal may not be shared with third party vendors competing for this RFP, except to the extent required by Florida law. AT&T will identify all information that it deems proprietary. 1.22. CONFLICT OF INTERST — Bidders/Proposers, by responding to this Formal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in your firm. A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of the general public and gained by reason of his/her/its position, except for information relating exclusively to governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person or business entity. B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the City or any person or agency acting for the City, and has not appeared in ieprentation of any third party before any board, commission or agency of the City within the past two years. Bidder/Proposer farther warrants that he/she/it is not relat&rl, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission; (ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject die Bidder/Proposer to immediate termination of any professional servims agreement with the City, imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. AT&T's Response: AT&T is not aware of any material conflict of interest. AT&T is publicly owned. With over 300,000 employees, it is impossible for AT&T to' determine whether any City of Miami employee or any member of his or her immediate family may be a shareholder in AT&T, Inc. 1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or services provided as a result of this formal solicitation, and bidders/proposers agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. AT&T's Response: Notwithstanding anything contained in this RFP to the contrary, AT&T submits this Response subject to the provisions of this Response and the terms and conditions contained in the proposed AT&T Contracts All terms and conditions relating to Indemnity shall be as set out in the proposed AT&T Contracts, which include a broad right to indemnification in the event of intellectual property infringement claims. 1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and submission of Responses to the City, or any work performed in connection therewith shall be borne by the Bidder(s)/Proposer(s). 1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107) AT&T Response: We are unaware of a disqualification or debarment that would negatively affect our ability to provide your products and services. (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Page14of51 Request for Proposals (RFP) 284273 Contractual Party, and after reasonable opportunity for such parry to be heard, the City Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following: (1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the performance of such Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offennr indicating a lack of business integrity or business honesty. Page 15 of 51 Request for Proposals (RFP) 284273 (3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. (4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) entity. (6) False certification pursuant to paragraph (c) below. (7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) Any other ranse judged by the City Manager to be so serious and compelling as to affect the responsibility of the Contractual Party performing city Contracts. (c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). (d) Debamaent and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided psuuiptly to the Contractual Party, along with a notice of said party's right to seek judicial relief. 1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit response on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall include any failure on the part of the suerpssful Bidder/Proposer to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as nonconforming with the terms of the Contract. E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful Bidder/Proposer incapable of performing the work in accordance with and as required by the Contract. Debarment or suspension of the Contractual Party by any federal, state or other governmental Page 16 of 51 Request for Propo'ais (RFP) 284273 F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on this Contract. AT&T's Response: The products, services and pricing provided herein are provided subject to the terms and conditions of the AT&T Contract Documents and any applicable Statement of Work which may be developed by AT&T and the City of Miami after contract award and not pursuant to the terms and conditions contained within this RFP document. If awarded the business, AT&T will work with the City of Miami toward negotiation of mutually agreed upon contract terms. 128. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is one which follows the requirements of the formal solicitation, includes all documentation, is submitted in the format outlined in the formal solicitation, is of timely submission, and has appiupriate signatures as required on each document Failure to comply with these requirements may deem a Response non -responsive. 1.29. DISCOUNTS QUEERED DURING TERM OF CONTRACT - Discount Prices offered in the response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the response will be accepted from successful Bidder(s)IProposer(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from appiuval by the City Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City_ AT&T Response: AT&T will hold the prices quoted for a period of 180 days and will endeavor to extend this period to the length of time as requested by this document AT&T will work with the City of Moon toward negotiation of mutually agreeable pricing if it the initial term of the contract will be longer than the time period stated in the RFP. 1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department Should it be found nerPssary, a written addendum will be incorporated in the Formal Solicitation and will become part of the purchase agreement (contract documents)_ The City will not be responsible for any oral instructions, clarifications, or other communications_ A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. 1) Addenda (as applicable) 2) Specifications 3) Special Conditions 4) General Terms and Conditions AT&T's Response: AT&T understands and agrees provided that the final negotiated contract documents would take precedence over the RFP and response documents. 131. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this formal solicitation at the price contained within vendor's response. Further, successful vendor shall deliver/perform for the city on a priority basis during such times of emergency. 1.32. ENTIRE BID CON1'1tACT OR AGREEMENT - The Bid Contract or Agreement consists of this City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the Formal Solicitation and -then -the Response-shall-controlT-his-eontract-maybe-modified-only-by a written agreement signed by the City of Miami and Contractor. Page 17 of 51 Request for Proposals (RFP) 284273 AT&T's Response: The products, services and pricing provided herein are provided subject to the terms and conditions of the AT&T Contract Documents and any applicable Statement of Work which may be developed by AT&T and the City of Miami after contract award and not pursuant to the terms and conditions contained within this RFP document. If awarded the business, AT&T will work with the City of Miami toward negotiation of mutually agreed upon contract terms. 133. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The City is not obligated to place an order for any'given amount subsequent to the award of this contract Said estimates may be used by the City for purposes of determining the low bidder or most advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities ' at the prices bid/proposed or at lower prices in this Formal Solicitation. AT&T's Response: AT&T's proposal hereunder is a direct reflection of the scope of work as presented here, as of the date of submission. Changes /mortification made after submission will require mutual agreement/adjustment to the final configuration, subsequent pricing and Implementation schedule. For the price quoted AT&T will provide the equipment and services listed in AT&T's offer. Any additional equipment and services will be provided at additional cost 134. EVALUATION OF RESPONSES A.Rejection of Responses The City may reject a Response for any of the following reasons: 1) Bidder/Proposer fails to acknowledge receipt of addenda; Page 18 of 51 Request for Proposals (RFP) 284273 �j 2) Bidder/Proposer mistates or conceals any material fact in the Response ; 3) Response does not conform to the requirements of the Formal Solicitation; 4) Response requires a conditional award that conflicts with the method of award; 5) Response does not include required samples, certificates, licenses as required; and, 6) Response was not executed by the Bidder's/Proposer(s) authorized agent. The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best interest of the City. B. Elimination From Consideration 1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. 2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or deliver on time contracts of a similar nature. 3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with theCity's Debarment and Suspension Ordinance. C. Determination of Responsibility 1) Responses will only be considered from entities who are regularly engaged in the business of providing the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer most be able to demonstrate a satisfactory record of performance and integrity; and, have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements_ The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. 2) The City may consider any evidence available regarding the financial, tenhnicai and other qualifications and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other governmental entity in making the award 3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal Solicitation. 1.35. FXCN;I'11ONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECI}'1CATIONS - Exceptions to the specifications shall be listed on the Response and shall reference the section. Any exceptions to the General or Special Conditions shall be crane for the bid (IFB) to be considered non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating negotiations. AT&T's Response: The products, services and pricing provided herein are provided subject to the terms and conditions of the AT&T Contract Documents and any applicable Statement of Work which may be developed by AT&T and the City of Miami after contract award and not pursuant to the terms and conditions contained within this RFP document. If awarded the business, AT&T will work with the City of Miami toward negotiation of mutually agreed upon contract terms. 136. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid/proposal price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid/proposal. 137. FMIN1 PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its response will be firm throughout the duration of the contract unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed or supplied over a period of time. 1 Page 19 of 51 Request for Proposals (RFP) 284273 AT&T's Response: AT&T will hold the prices quoted for a period of 180 days and will endeavor to extend this period to the length of time as requested by this document. If chosen, AT&T will endeavor to maintain constant discount percentages off manufacturer list prices, with dollar prices varying with manufacturer discounts. 138. FIRST -SOURCE TIMING AGREEMENT (Sec. 18-110) (a) The Commission approves implementation of the first -source hiring agreement policy and requires as a condition precedent to the execution of service contracts for facilities, services, and/or receipt of grants and loans, for projects of a nature that create new jobs, the siwr.e sful negotiation of first -source hiring agreements between the o bgani7ation or individual receiving said contract and the authorized representative unless such an agreement is found infeasible by the city manager and such finding approved by the City Commission at a public hearing. (b) For the purpose of this section, the following terms, phrases, words and their derivations shall have the following meanings: Page 20 of 51 Request for proposals (RFP) 284273 Authorized representative means the Private Industry Council of South Florida/South Florida Employment and Training Consortium, or its successor as local recipient of federal and state training and employment funds. Facilities means all publicly financed projects, including but without limitation, unified development projects, municipal public works, and municipal improvements to the extent they are financed through public money services or the use of publicly owned property. Grants and loans means, without limitation, urban development action grants (UDAG), economic development agency construction loans, loans from Miami Capital Development, Incorporated, and all federal and state grants administered by the city. Service contracts mans contracts for the procurement of services by the city which include professional services. Services includes, without limitation, public works improvements, facilities, professional services, commodities, supplies, materials and equipment (c) The authorized representative shall negotiate each .Gust -source hiring agreement (d) The primary beneficiaries of the first -source hiring agreement shall be participants of the city training and employment programs, and other residents of the city. 1.39. FLORIDA. MIAr1MUM WAGE — The Constitution of the State of Florida, Article X, Section 24, states that employers shall pay employee wages no less than the minimum wage for all hours worked in FloridaAccordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional minimum wage requirement and pay its employees the current established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using the consumer price index for urban wage earners and clerical workers, CPI-W, or a sucrrssor index as calculated by the United States Department of Labor. Each'adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January lst. At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full responsibility to determine whether any of its employees may be impacted by this Florida Law at any given point in time during the term of the contract. If impacted, bidder/proposer must furnish employee name(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of submitting a response constitute suerissful bidder's/proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throughout the term of contract and waiver of any contractual price increase request(s). The City reserves the right to request and successful bidder/proposer must provide for any and all information to make a wage and contractual price increase(s) (1P.termination. 1.40. GOVERNING LAW AND VENUE - The validity and effect of this Contract shall be governed, by the laws of the State of Florida The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in Miami -Dade County, Florida. AT&T's Response: AT&T understands and agrees. 141 HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the expressed terms and provisions hereof. 142. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) — AT&T's Response: AT&T acknowledges that it has been informed by LSUHSC — Shreveport of the generalpurpose of the Health Insurance Portability and Accountability Act of 1996 ("HIPAA") regulations. AT&T understands the requirements to fully protect the privacy of patient medical data and will take reasonable steps to assist Customer in maintaining compliance with HIPAA regulations. In its role of telecommunications equipment and maintenance provider, however, AT&T by definition is not, nor could it be considered, a "Business Associate" of a "Covered Entity" under HIPAA regulations and, therefore, may only agree to assist Customer in any reasonable manner in its compliance efforts. Accordingly, AT&T would not be signing a Business .Associate Agreement. To the extent AT&T has access to "individually identifiable" patient health information, AT&T agrees that such information-shall-be-treated-arconfidential-and-shallmot be -disclosed -to -anyone -who -does -not -need -that information to perform his/her professional duties. Page 21 of 51 Request for Proposals (RFP) 284273 Any person or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (DM) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards, which include but are not limited to: A. Use of information only for performing services required by the contract or as required by law; B. Use of appropriate safeguards to prevent non -permitted disclosures; C. Reporting to the City of Miami of any non -permitted use or disclosure; D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential; E. Making Protected Health Information (PHI) available to the customer; F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer, G. Making PHI available to the City of Miami for an accounting of disclosures; and H. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 0 Page 22 of 51 Request for Proposals (RFP) 284273 1.43. INDEMNIFICATION — AT&T's Response: Exception. Notwithstanding anything contained in this RFP to the contrary, AT&T submits this Response subject to the terms and conditions, including Third Party Claims and Limitation of Liability, contained in the proposed.AT&T Contract Documents which are incorporated by reference into this AT&T bid Response, and such other indemnity provisions that may be agreed upon through negotiations. Contractor shall indemnify , hold harmless and defend the City, its officials, officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attomey's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent, unless such injuries or damages are ultimately proven to be the result of grossly negligent or willful acts or omissions on the part of the City, its officials and/or employees.. These indemnifications shall survive the term of this Contract In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or pror erlirig by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract This indemnity will be interpreted under the laws of the State of Florida, including without limitation and which conforms to the limitations of §725.06 and/or §725.08, Fla. Statues;as amended from time to time as applicable. Contractor shall require all Sub -Contractor greements to include a provision that they will indemnify the City. The Contractor agrees and recogni7rs that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions_ In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or Sub -Contractor, under this Agreement. 1.44. INFORMATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all information requested in the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and Material Safety Data Sheets (MSDS)as required, covering the products offered. Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this provision. 1.45. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services required to be provided by the Contractor under this Contract conform to the terms and conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-79), as same may be amended or supplemented from time to time. 1.46. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation Page 23 of 51 Request for Proposals (RFP) 284273 will not be made available until such time as the City provides notice of a derision or intended decision or within 10 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's Web Site following recommendation for award. 1.47. INSURANCE — Within ten (10) clays after receipt of Notice of Award, the successful Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documentsin the manner prescribed in this Solicitation within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from submitting future responses to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1604. The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any and all option terms that may be granted to the Bidder/Proposer. Invoices shall contain purchase order number and details of goods and/or services delivered (i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act). 1.49. LOCAL PREFERENCE A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer, include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply. 1.50. MANUFACTURER'S CER'1'IH'1CATION - The City reserves the right to request from bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal. Failure to provide such certification may result in the rejection of bid/proposal or termination of contract/agreement, for which the bidder/proposer must bear full liability. 151. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order, addendum, amendment, or supplement to the contract, purchase order or award sheet as appropriate. 1.52. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other similar relationship between the parties. 153. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance Page 24 of 51 Request for Proposals (REP) 284273 with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's/Proposer's expense. These non -conforming items not delivered as per delivery date in the response and/or Purchase Order may result in bidder/proposer being found in default in which event any and all re -procurement costs may be charged against the defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list. 1.54. NONDISCRIMINATION —Bidder/Proposer agrees that it Shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this formal solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion, disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 155. NON-EXCLUSIVE CONTRACT/ PIGGYBACK. PROVISION At such times as may serve its best interest, the City of Miami reserves the right to advertise for, rerrive, and award additional contracts for these herein goods and/or services, and to make use of other competitively bid (governmental) contracts, agreements, or other similar sources for the purchase of these goods and/or services as may be available. It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of the successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction with this Formal Solicitation. In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City. 156.00CUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the response; however,,the City • may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City during the evaluation period, but prior to award. 1.57. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to this Formal Solicitation. When submitting an alternate response, please refer to the herein condition for "Alternate Responses May Be Considered". 158.OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents, records, files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by the Bidder/Proposer for any other purposes whatsoever without the written consent of the City. AT&T's Response: AT&T agrees that the physical response materials become City of Miami property. Design of the system, as well as any other pre-existing or newly -developed intellectual property of AT&T, its suppliers or its third parties, provided in this RFI response or in connection with performance of a given project remains the intellectual property of AT&T or its suppliers. AT&T would be willing to negotiate license rights for City of Miami to use that intellectual property for its own internal purposes. 1.59. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent permitt- .. y aw. Page 25 of 51 Request for Proposals (RFP) 284273 1.60. PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a, Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract price. Page 26 of 51 Request for Proposals (RFP) 284273 1.61. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to examine the specifications, required delivery, drawings, and all special and general conditions. All bid/proposed amounts, if required, shall be either typewritten or entered into the space provided with ink Failure to do so will be at the Bidder's/Proposer's risk A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address, and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry, as required. B. If so required, the unit price for each unit offered shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise sperified. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the `Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be presumed correct C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods and/or services. D. The Bidder/Proposer should retain a copy of all response documents for future reference. E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in ink with the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person signing the response or the response may be rejected_ F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the Successful Bidder's/Proposer's response may be included as part of the contract, at the City's discretion_ G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in hardcopy format Use of any other forms will result in the rejection of the response. IF SUBMITTING HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COP1FS OF THESE SETS OF FORMS, UNLESS OTHERWISE SPEU1141.bD, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE. 1.62. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by reason of market change or on the part of the contractor to other customers shall be passed on to the City of Miami. AT&T Response: The prices/discounts contained in this bid are market competitive rates, which would remain available for the stated duration; but AT&T is unable to agree now to future price. reductions. 1.63. PRODUCT SUBSTITUTES -:In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. 1.64. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Contract 1.65. PROMPT PAYMENT —Bidders/Proposers may offer a rash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is Page 27 of 51 Request for Proposals (RFP) 284273 necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from surrr_esful bidders/proposers during the term of the contract. 1.66. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property, if any. • 1.67. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs; legal representatives, successors and assigns. 1.68. PUBLIC ENTITY C1UMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a response on a contract to provide any goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit responses on leases of real pioperty to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list 1.69. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 1.70. QUALITY OF GOODS, MATERIALS, S, SUPPLIES, PRODUCTS, AND EQUIPMENT - All materials used in the manufacturing or construction of supplies, materials, or equipment covered by this solicitation shall be new. The items bid/proposed must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this Solicitation. 1.71. QUALITY OF WORK/SERVICES - The work/servims performed mnst be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality, except as otherwise specified in this Solicitation. 1.72. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a formal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.73. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105) (a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall have the authority to resolve controversies .between the Contractual Party and the city which arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Page 28 of 51 Request for Proposals (RFP) 284273 Manager which shall be final and conclusive. A copy of the derision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. 1.74. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest. The following procedures shill be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000. Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing 1.Protest of Solicitation i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications or Request for Letters of Interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the solicitation is published in a newspaper of general circulation_ A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 2. Protest of Award. i. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the City Manager's recommendation for award of Contract, which will be posted on the City of Miami Purchasing Department website, in the Supplier Comer, Current Solicitations and Notice of Recommendation of Award Section_ The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to receive the notice; or ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of -filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The Iast day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and Iegal holidays shall be Page 29 of 51 Request for Proposals (RFP) 284273 excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attorney; to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission within 30 clays after he/she receives the protest_ In cases involving more than $25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attorney and the City Manager. (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such parry's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section (d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. (e) Costs_ All costs accruing from a protest shall be assumed by the protestor. (f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract, or $5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. 1.75. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples, at their expense, within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of the City_ AT&T Response: To avoid any appearances of violating any prohibitions on gifts to state agencies, all samples must be returned to AT&T immediately after the bid is awarded 1.76. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell, assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion of the performance required by this contract, except under and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. AT&T Response: AT&T can agree provided the following language is added: "Notwithstanding the foregoing, AT&T may, without Customer's consent, assign its rights and obligations under this Agreement to an AT&T Affiliate that controls, is controlled by, or is under common control with AT&T, or subcontract to such an Affiliate or a third party work to be performed under this Agreement, but AT&T will in each such case remain financially responsible for the performance of such obligations." 1.77. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty, service and replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your response. AT&T's Response: AT&T does not provide any direct AT&T warranty, but will pass through to City of Miami ("Customer") any warrantiesavailable from its Purchased Equipment suppliers, to the extent that AT.&T-is-pernutted-to-do-so-underits-contracts-with-those-supplier-s. Page 30 of 51 Request for Proposals (RFP) 284273 AT&T DISCLAIMS ANY AND ALL WARRANTIES, EXPRESS OR IMPLIED (INCLUDING, BUT NOT LIMITED TO, WARRANTIES OF MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR PURPOSE). AT&T DOES NOT WARRANTY 'THAT THE OPERATION OF EQUIPMENT WILL BE UNINTERRUPTED OR ERROR FREE. AT&T HAS NO WARRANTY OBLIGATION FOR EQUIPMENT THAT CUSTOMER ACQUIRES THROUGH AT&T IF THAT EQUIPMENT IS NOT MANUFACTURED BY AT&T AND DOES NOT BEAR AN AT&T LOGO OR COPYRIGHT NOTICE. 1.78. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship and services is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid/proposaL L79. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via Page 31 of 51 Request for Proposals (RFP) 284273 the Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB, RFP, RFQ, or RFLL NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation closing; however, no award will be made at that time. A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope, box or package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the requisite Response Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed non -responsive. Directions to City Hall: FROM THE NORTH: 1-95 SOUTH UNTIL IT TURNS INTO US1. US1 SOUTH TO 27TH AVE., TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR en Y HALL IS AT THE END OF PAN AMERICAN DR PARKING IS ON RIGHT. FROM THE SOUTH: US1 NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. B. Facsimile responses will not be considered. C Failure to follow these procedures is cause for rejection of bid/proposal. D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Responses received after the solicitation closing date and time will be returned unopened, and will not be considered for award. E. Late responses will be rejected. f—� F. All responses are subject to the.conditions specified herein. Those which do not comply with these { conditions are subject to rejection. G. Modification of responses already submitted will be considered only if rer.eived at the City before the time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent submission which alters the responses. H. If hardcopy responses are submitted at the same time for different solicitations, each response must be placed in a separate envelope, box, or pack ge and each envelope, box or package must contain the information previously stated in 1.82A. 1.80. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer. AT&T Response: AT&T agrees to the extent the City of Miami shall provide satisfactory proof of a valid tax exemption prior to the delivery of Services. In addition, rates set forth in this Response are exclusive of, and the City of Miami will pay, all current and future taxes (excluding those on Vendors' net income), surcharges, recovery fees, end user access charges, and other similar charges (and any associated interest and penalties resulting from the City of Miami's failure to timely pay such taxes or similar charges) relating to the sale, transfer of ownership, installation, license, use or provision of the Services, except to the extent the City of Miami provides satisfactory proof of a valid tax exemption prior to the delivery of Services 1.81. TERMINATION — AT&T's Response: AT&T proposes the default, termination and remedy provisions found in the proposed AT&T contract -documents lT-&-T—shall-not be-liable-for-an-y-problems-caused by force-majeure,-delays-due_to-any_fault_ofithP City of Miami and/or any contractor or subcontractor employed by the City of Miami or for problems resulting from Page 32 of 51 Request for Proposals (RFP) 284273 causes beyond the reasonable control of AT&T. Also, AT&T would require 30 days notice and opportunity to "cure" any material breach before cancellation of the contract The City Manager on behalf of the City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: A. The contractor is determined by the City to be in breach of any of the terms and conditions of the contract. B. The City has determined that such termination will be in the best interest of the City to terminate the contract for its own convenience; C. Funds are not available to cover the cost of the goods and/or services. The C ity's obligation is contingent upon the availability of appropriate funds. • 1.82. TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded to a Bidder/Proposer have been received, inspected, and found to comply with award • 0 Page 33 of 51 Request for Proposals (RFP) 284273 specifications, free of damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other applicable law. AT&T's Response: AT&T submits its proposal subject to the payment and invoicing provisions provided in the proposed AT&T Contract Documents. Should AT&T be selected as your vendor under this RFP, AT&T will work cooperatively with the City of Miami to negotiate any mutually agreed contractual provisions required for compliance with the RFP and AT&T's response to it and to expedite any purchases made pursuant to this AT&T offer. 1.83. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this solicitation. The City reserves the right to c.anrel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on their Response. Deliveries are to be made during regular City business hours unless otherwise specified in the Special Conditions. AT&T's Response: AT&T clarifies that not all times or terms are of the essence. AT&T is willing to look at specific times and terms the City of Miami would like for AT&T to consider, but does not agree that all times or terms are critical. 1.84. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods, whichever comes first. AT&T's Response: AT&T is providing this solution as a service at no time during this agreement will equipment title transfer to City of Miami. 1.85.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSTTRE- All Responses submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Response contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with your firm's name and the Solicitation number and title marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any . person. By your designation of material in your Response as a "trade secret" you agree to indemnify and hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and attorney's fees incurred by the City by reason of any legal action challenging your claim. AT&T's Response: The products, services and pricing provided herein are provided subject to the terms and conditions of the AT&T Contract Documents and any applicable Statement of Work which may be developed by AT&T and the City of Miami after contract award and not pursuant to the terms and conditions contained within this RFP document. If awarded the business, AT&T will work with the City of Miami toward negotiation of mutually agreed upon contract terms. 1.86. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a change order or purchase order is issued and received by the Contractor. The qualified Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the contract or any work performed by an employee not otherwise previously authorized. 1.87. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion or other publicity materials containing information obtained from this Solicitation are to be mentioned, or imply the name of the City, without prior express written permission of the City Manager or the City Commission. For purposes of solicitation evaluation, bidders/proposers must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If variations are not stated on their Response, it will e assume at e pro uct y comp es witrthe Crty's specifications. Page 34 of 51 Request for Proposals (RFP) 284273 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, 'for the purchase a fully managed, hosted NG911 Solution, as specified herein, from a source(s) of supply that will give prompt and efficient service fully compliant with the terms, conditions and stipulations of the solicitation. 2.2. DEADLINE FOR RECE1Yi OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the Purchasing Department, Attn: Maritza Suarez, CPPB; fax: (305) 400-5025 or email: msuarez@ci.miami.fl.us. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than Monday, December 19, 2011 at 5:00 p.m. All responses to questions will be sent to all prospective bidders/proposers in the form on an addendum NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 23. VOLUNTARY SHE INSPECTION Prior to submitting the bid, the bidder is encouraged to visit the site of the proposed work and to become familiar with any conditions, which may in any manner, affect the work to be done or affect the equipment, materials and labor required. The bidder is also required to examine carefully the specifications and be thoroughly informed regarding any and all conditions and requirements that may in any manner affect the work to be performed under the contract. No additional allowances will be made because of lack of knowledge of these conditions. For a site visitation appointment, contact Lt Sean MacDonald at (305) 603-6158. 2.4. TERM OF CONTRACT The proposer(s) qualified to provide the service(s) requested herein (the "Successful Proposer(s)") shall be required to execute a contract ("Contract") with the City, which shall include, but not be limited to, the following terms: (1) The term of the Contract(s) shall be for five (5) years with an option to renew for one (1) additional five (5) years period. (2) The City shall have the option to extend or terminate the Contract. Continuation of the contract beyond the initial period is a City prerogative; not a right of the bidder/proposer. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. AT&T's Response: Any options, renewals or extensions must be by mutual agreement Any request to extend or renew shall be delivered to AT&T at least 60 days before the expiration of the current agreement. 2.5. CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: (1) Continued satisfactory performance compliance with the specifications, terms and conditions established herein. (2) Availability of funds 2.6. NON -APPROPRIATION OF FUNDS AT&T's Response: In the event City of Miami is unable to obtain the necessary appropriations or funding for the Services, City of Miami may terminate the Agreement without liability for early termination charges upon the following conditions: (i) City of Miami has taken all actions necessary to obtain adequate appropriations or funding; and (ii) despite City of l✓liami's best efforts funds have not been appropriated and are otherwise unavailable to pay for the Services. City of Miami must provide AT&T thirty (30) days' written notice of its intent to terminate under this section. Termination for failure to obtain necessary appropriations or funding shall be effective as of the last day for which funds were appropriated or otherwise made available. If City of Miami terminates the Agreement under this Section, City of Miami agrees as follows: (i) it will pay all amounts due for Services incurred through date of termination; and (n) irwi l not contract with any other provide` rtrtlre ame or substanrt a lysnntlarsei vie or equipment for a period equal to the original Term. Page 35 of 51 Request for Proposals (RFP) 284273 In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to Contractor or his assignee of such occurrence, ehR11 have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any particular or any Page 36 of 51 Request for Proposals (RFP) 284273 project(s) will be awarded to any firm(s). 2.7. MINIMUM QUALIFICATIONS Proposers shall satisfy each of the following requirements cited below. Failure to do so may result in the Proposal being deemed non -responsive. A. Proposals will be considered only from firms that are regularly engaged in the business of providing goods and/or services as described in this Request for Proposal; that have a record of performance for a minimum period of three (3) years; and that have sufficient financial support, equipment and organization to insure that they can satisfactorily provide the goods and/or services if awarded a Contract under the terms and conditions herein stated. The term 'equipment and organization," as used herein shall be construed to mean a fully equipped and well -established facility as determined by the proper authorities of the City. B. The City reserves the right, before awarding the Contract, to require a Proposer(s) to submit such evidence of his/her qualifications as it may deem nerpssary and as part of the Evaluation Committee's process, may consider any evidence available to it of the financial, technical, and other qualifications and abilities of a Proposer, including previous experiences of same with the City and performance evaluation for services, in rnaldng the award in the best interest of the City. C. Proposers shall have no record of pending lawsuits, bankruptcies, or criminal activities and not have any conflicts of interest as defined by applicable law with the City. 2.8. CONTRACT EXECUTION The selected Proposer(s) evaluated and ranked in accordance with the requirements of this Solicitation, shall be awarded an opportunity to negotiate a contract ("Contract") with the City. The City reserves the right to execute or not execute, as applicable a Contract with the selected Proposer(s) that is determined to be most advantageous and in the City's best interest Such Contract will be furnished by the City, will contain certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 2.9. FAILURE TO PERFORM Should it not be possible to reach the contractor or supervisor and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare Contractor in default of the contract or make appropriate reductions in the contract payment. AT&T's Response: For clarification, upon written notification, AT&T will have thirty (30) business days to re -perform or complete the nonconforming Servieps. If AT&T is unable to, or fails to, correct such nonconformance in all material respects, AT&T may, as AT&T's sole liability and CCBH's sole remedy, refund to City of Miami all service fees paid by City of Miami for the nonconforming portion of the Services. Any additional products or services requested by City of Miami as part of such instructions will be provided only on mutual agreement at that time and at mutually agreed pricing. 2.10. INSURANCE REQUIREMENTS INDEMNIFICATION Bidder shall pay on behalf of, indemnify and save City and its officials harmless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of bidder's performance under the provisions of the contract, including all acts or omissions to act on the part of bidder, including any person performing under this Contract for or on bidder's behalf, provided that any such claims, liabilities, losses and causes of such action are not attributable to the negligence or misconduct of the City and, from and against any orders, judgments or decrees which may be entered and which may result from this Contract unless attributable to the negligence or misconduct of the City, and from and against all costs, attorneys' fees, expenses and liabilities incurred in the defense of any such claim, or the investigation thereof. The bidder shall furnish to City of Miami, c/o Purchasing Department,111 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: Page 37 of 51 Request for Proposals (RFP) 284273 Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Page 38of51 Request for Proposals (RFP) 284273 B. IL Business Automobile Liability A, T .imits of Liability B. III Worker's Compensation T.imits of Liability IV. V. Farb Occurrence General Aggregate Limit Personal and Adv. Injury Products/Completed Operations Endorsements Required City of Miami listed as additional insured Primary & Non Contributory Contingent & Contractual Liability Premises and Operations Liability Explosion, Collapsed and Underground Exposure Bodily Injury and Property Damage Liability Combined Single T Owned/Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident Endorsements Required City of Miami included as an additional insured Statutory -State of Florida Waiver of Subrogation Employer's Liability A. T imits of Liability $500,000 for bodily injury caused by an accident, each arrident $500,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit Professional Liability/Errors and Omissions Coverage Combined Single T.imit Each Claim General Aggregate Limit Umbrella Liability (Excess Follow Form) Each Occurrence Policy Aggregate The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer in accordance to policy provisions. BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no Iess than "A" as to management, and no less than "Class V" as to financial Page 39 of 51 Request for Proposals (RFP) 284273 strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the bidder of his liability and obligation under this section or under any other section of this Agreement —If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. —In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: (4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation To Bid. (5) The City may, at its sole discretion, terminate this contract for canse and seek re -procurement damages from the Bidder in conjunction with the General and Special Terms and Conditions of the Bid. The Biddershall he responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Bidder. 2.11. CONTRACT ADMINISTRATOR Upon award, contractor shall report and work directly with LL Sean MacDonald, who shall be designated as the Contract Administrator. 2.12. SUBCONTRACTOR(S) OR SUBCONSULTANT(S) AT&T Response: AT&T reserves the right to utilise, hire and manage its subcontractors as neMe i but will remain responsible for all subcontracted performance. Because of confidentiality concerns AT&T would not be willing to provide copies of subcontract agreements. A Sub -Consultant, herein known as Sub-Contractor(s) is an individual or firm contracted by the Proposer or Proposer's firm to assist in the performance of services required under this Solicitation. A Sub -Contractor shall be paid through Proposer or Proposer's firm and not paid directly by the City. Sub - Contractors are allowed by the City in the performance of the services delineated within this Solicitation. Proposer must clearly reflect in its Proposal the major Sub -Contractors to be utilised in the performance of required services. The City retains the right to accept or reject any Sub -Contractors proposed in the response of Successful Proposer or prior to contract execution. Any and all liabilities regarding the use of a Sub -Contractor shall be borne solely by the Successful Proposer and insurance for each Sub - Contractors must be maintained in good standing and approved by the City throughout the duration of the Contract Neither Successful Proposer nor any of its Sub -Contractors are considered to be employees or agents of the City. Failure to list all Sub -Contractors and provide the required information may disqualify any proposed Sub -Contractors from performing work under this Solicitation. Proposers shall include in their Responses the requested Sub -Contractor information and include all relevant information required of the Proposer. In addition, within five (5) working days after the identification of the award to the Successful Proposer, the Successful Proposer shall provide a list confirming the Sub -Contractors that the Successful Proposer intends to urili7e in the Contract, if applicable. The list shall include, at a minimum, the name, location of the place of business for each Sub -Contractor, the services Sub -Contractor will provide relative to any contract that may result from this Solicitation, any applicable licenses, references, ownership, and other information required of Proposer. 2.13. SPECIFICATION EXCEPTIONS Specifications are based on the most current literature available. Bidder shall notify the City of Miami Purchasing Department, in writing, no less than ten (10) days prior to solicitation closing date of any change in the manufacturers' specifications which conflict with the specifications. For hard copy bid submittals, bidders muses aim an vi� o-n-from-tb:e-spenifrcat ons-in-ariting-as a footnote-on-th applicable specification page and enclose a copy of the manufacturer's specifications data detailing the Page 40 of 51 Request for Proposals (RFP) 284273 changed item(s) with his/her submission For electronic bid submittals, bidders must explain in the He-AdPr 0 Page 41 of 51 Request for Proposals (RFP) 284273 r Section or by an Attachment and, if applicable, enclose a scanned copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission. Additionally, bidders must indicate any options requiring the addition of other options, as well as those which are included as a part of another option. Failure of bidders to comply with these provisions will result in bidders being held respcinsible for all costs required to bring the item(s) in compliance with contract specifications. 2.14. TERMINATION AT&T's Response: AT&T proposes the default, termination and remedy provisions found in the proposed AT&T contract documents. AT&T shall not be liable for any problems caused by force majeure, delays due to any fault of City of Miami and/or any contractor or subcontractor employed by city of Miami, or for problems resulting from causes beyond the reasonable control of AT&T. Also, AT&T would require 30 days notice and opportunity to "cure" any material breach before cancellation of the contract. A. FOR DEFAULT If Contractor defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Contractor shall be liable for damages including the excess cost of procuring similar supplies or servirps: provided that if, (1) it is determined for any reason that the Contractor was not in default or (2) the Contractor's failure to perform is without his or his subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interests of the City of Miami If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami the Contractor will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination_ 2.15. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or des , n, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the bidder's/proposer's authorized signature affixed to the bidder's/proposer's acknowledgment form attests to this. AT&T's Response: The products, services and pricing provided herein are provided subject to the terms and conditions of the AT&T Contract Documents and any applicable Statement of Work which may be developed by AT&T and the City of Miami after contract award and not pursuant to the terms and conditions contained within this RFP document If awarded the business, AT&T will work with the City of Miami toward negotiation of mutually agreed upon contract terms. 2.16. PRIMARY CLIENT (FIRST PRIORITY) The successful bidder(s)/proposer(s) agree upon award of this contract that the City of Miami shall be its primary client and shall be serviced first during a schedule conflict arising between this contract and any other contract successful bidder(s)/proposer(s) may have with any other cities and/or counties to perform similar services as a result of any catastrophic events such as tomadoes, hurricanes, severe storms or any other public emergency impacting various areasduring or approximately the same time. 2.17. UNAUTHORIZED WORK The Successful Proposer(s) shall not begin work until a Purchase Order is received. 2.18. CHANGES/ALTERATIONS Page 42 of 51 Request for Proposals (RFP) 284273 Proposer may change or withdraw a Proposal at any time prior to Proposal submission deadline; however, no oral modifications will be allowed. Written modifications shall not be allowed following the proposal deadline. 2.19. METHOD OF. PAYMENT Page 43 of 51 Request for Proposals (RFP) 284273 Payment will be made upon final completion and acceptance of this project. The City will pay the contract price minus any liquidated damages and/or other damages to the Contractor upon final completion and acceptance. Payment will be made on partial deliveries accepted by the City when the amount clue on such deliveries so warrants at the discretion of the City. 220. COMPENSATION PROPOSAL Each Proposer shall detail any and all fees and costs to provide the required services as listed herein. Proposer shall additionally provide a detailed list of all costs to provide all services as detailed in Section III Scope of Services, as proposed. The City reserves the right to add or delete any service, at any time. Should the City determine to add an additional service for which pricing was not previously secured, the City shall seek the Successful Proposer to provide reasonable cost(s) for same. Should the City determine the pricing unreasonable, the City reserves the right to negotiate cost(s) or seek another vendor for the provision of said service(s). Failure to submit compensation proposal as required shall disqualify Proposer from consideration. 2.21. EVALUATION/SF.FCTION PROCESS AND CONTRACT AWARD The procedure for response evaluation, selection and award is as follows: (1) Solicitation issued. • (2) Receipt of responses (3) Opening and listing of all responses received (4) Purchasing staff will review each submission for compliance with the submission requirements of the Solicitation, including verifying that earh submission includes all documents required. (5) An Evaluation Committee, appointed by the City Manager, comprised of appropriate City Staff and members of the community, as deemed necessary, with the appropriate technical expertise and/or knowledge, shall meet to evaluate each response in arrordance with the requirements of this Solicitation and based upon the evaluation criteria as specified herein. (6) The Evaluation Committee reserves the right, in its sole discretion, to request Pi posers to make oral presentations before the Committee as part of the evaluation process. The presentation may be scheduled at the convenience of the Evaluation Committee and shall be recorded (7) The Evaluation Committee reserves the right to rank the Proposals and shall submit its recommendation to the City Manager for acceptance. If the City Manager accepts the Committee's recommendation, the City Manager's recommendation for award of contract will be posted on the City of Miami Purchasing Department website, in the Supplier Corner, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. The City Man ger shall make his recommendation to the City Commission requesting the authorization to negotiate and/or execute an agreement with the recommended Proposer(s). No Proposer(s) shall have any rights against the City arising from such negotiations or termination thereof. (8) The City Manager reserves the right to reject the Committee's recommendation, and instruct the Committee to re-evaluate and make another recommendation, reject all proposals, or recommend that the City Commission reject all proposals. (9) The City Commission shall consider the City Manager's and Evaluation Committees' recommendation(s) and, if appropriate and required, approve the City Manager's recommendation(s). The City Commission may also reject any or all response. (10) If the City Commission approves the recommendations, the City will enter into negotiations with the selected Proposer(s) for a contract for the required services. Such negotiations may result in contracts, as deemed appropriate by the City Manager. (11) The City Commission shall review and approve the negotiated Contract with the selected Proposer(s). Page 44 of 51 Request for Proposals (RFP) 284273 2.22. ADDITIONAL SERVICES. Services not specifically identified in this request may be added to any resultant contract upon successful negotiation and mutual consent of the contracting parties. 2.23. RECORDS During the contract period, and for a least five (5) subsequent years thereafter, Surrpssfu1 Proposer shall provide City arrpss to all files and records maintained on the City's behalf. AT&rs Response: Subject to AT&T's reasonable security requirements and not more than once every twelve (12) months, Customer may, at its own expense, review AT&T's relevant billing records for a period not to exceed the preceding 12 months which are directly pertinent to the contract and retain all required records for three (3) years after the School Board's final payment is made. Customer may employ such assistance, as it deems desirable to conduct such reviews, but may not employ the assistance of any entity that derives a substantial portion of its revenues from the provision of services that are substantially similar to the Services provided hereunder or any person who has previously made prohibited use of AT&T's confidential information. Customer shall cause any person retained for this purpose to execute a nondisclosure agreement Such reviews shall take place at a time and place agreed upon by the parties. AT&T shall cooperate in any Customer billing review, providing AT&T billing records as reasonably necessary to verify the accuracy of AT&T's invoices. AT&T may redact from the billing records provided to Customer any information that reveals the identity or confidential information of other AT&T customers or other AT&T confidential information that is not relevant to the purposes of this review. 2:24. TRUTH IN NEGOTIATION CER1II1CATE Execution of the resulting agreement by the Successful Proposer shall act as the execution of truth -in - negotiation certificate stating that wage rates and other factual unit costs supporting the compensation of the resulting Agreement are accurate, complete, and current at the time of contracting. The original contract price and any additions thereto shall be adjusted to exclude any significant sums by which City determines the contract price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such contract adjustments shall be made within one (1) year following the end of the Agreement. Page 45 of 51 Request for Proposals (RFP) 284273 (Th 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK City of Miami NG9-1-1 Call Handling Software Platform (CHSP) Requirements (All acronyms are defined at the end of this document) Discovery There are currently two sites of operation for E911 call taking within the City of Miami. The main site is in the Miami Police Department building (MPD) and the backup site is at the Miami Fire Training Center (FTC). Both positions are mirrored in call taking capabilities. Miami Police Department (MPD) is the Primary PSAP and the Miami Fire Department (MFD) is the Secondary PSAP. MPD operates 15 pure call taking positions with fifteen 911 CAMA trunks and MFD operates 7 call taking positions with seven 911 CAMA trunks with each position also being dispatch capable. In addition MPD utilizes three administrative trunk groups with fifteen public switched telephone network lines assigned to them MFD also utilizes three administrative trunk groups with eight public switched telephone network lines assigned to them_ The system has one other trunk group with eight public switched . telephone network lines assigned dedicated to outbound calling. The current equipment platform is an AVAYA G3si integrated with a Positron Lifeline 100 with each of the 22 Positron Power workstations with Positron Power Map and has been installed and operational since March of 2005. There is a third system which is installed in the MPD building which utilizes a Positron Lifeline 100 with eight IAP Plus phones with eight 911 CAMA trunks and twelve public switched telephone network lines. MPD 911 Call Operations MPD answers the new incoming 911 calls delivered to rail screener skill that then has the capability to transfer the call to a 'align ge skill if the call pertains to police matters. If the call is fire or EMS related the screener initiates a PSAP tandem transfer to transfer the call to MFD. Thus MPD utilizes the skills based routing capabilities provided by the Avaya G3 and each of its call takers is logged into the system based on their skillset Calls are delivered by forced call delivery. MPD currently utilizes a Motorola Printrak CAD system MPD Non -Emergency Call Operations MPD answers calls routed through the Avaya G3 ACD thru three non -emergency administration trunk groups which terminate into separate call queues. The Group 1 (305-579-6111) is the MPD general telephone nnmher which is comprised of eight trunk group members. Group 2 (305-372-0000) is the Citizens on Patrol which is'comprised of three trunk group members and Group 3 (305-579-3494) is the MPD Alarms group which is comprised of four trunk group members. In addition to the above mentioned administrative lines that are routed through the Avaya G3, there is an AT&T Merlin II system with twenty three 34 button phone sets in use. Sixteen of these phone sets are only used as internal intercoms between the other Merlin phones. The remaining seven operate with either dedicated lines or groups of lines programmed in a square configuration. MFD 911 Ca11 Operations MFD answers its new 911calls that are delivered by MPD or other PSAP tandem transfers. The calls are delivered by the AVAYA G3 however MFD does not utilize the ACD functionality, each of the seven positions ring and is answerable for each trunk. (MFD does plan on implementing ACD functionality in the new system) Each of the call taker positions route audio through Motorola CIE's radio telephone interface facilitating a single headset jack for both radio and phone audio with push to talk capability for the radio (6 wire). MFD utilises a homegrown CAD system. MFD Non -Emergency Call Operations There are three non -emergency trunk groups which are routed by the AVAYA in a square configuration on each of the seven MFD Positron workstations. Group 1 (305-579-6231) is the administrative group for the MFD call center and has four trunk group members. This group is accessible at each of the seven call taking workstations. Group 2 (305-579-6275/76) is the Alarm Office supervisor lines and has two trunk group members. Group 3 (305-579-6245/46) is the Fire Central Information Officer lines and has two trunk Page 46 of 51 Request for Proposals (RFP) 284273 group members. The three trunk groups described above are accessible at each of the call taking positions and in addition three non-CTI phones administrative phones. The backup facility is a near mirror image of the main site with the difference being fewer dispatch consoles for MFD. The primary and backup sites are in an active, passive configuration where only one site can be live and receiving E911 calls at any given time. It is the goal of the City of Miami to expand our capacity by making both sites active, doubling the potential number of call takers. There is a third eight position Positron Lifeline IAP plus system that was initially installed and configured as a backup site prior to the newer backup FTC site previously mentioned going online. It has eight 911 CAMA trunks and twelve public switched telephone network lines. It is used during both emergency and non -emergency events that do not require a building evacuation, i.e. primary system failures, equipment, furniture, and building maintenance. On occasions it has been used to support other PSAPs in times of emergency where no backup was available. Recording All locations record analog at the line and digitally via the native Avaya ports through a Nice recording system. There is no current VoIP recording capability through this system_ Currently the storage requirement is five (5) years. Goals and Objectives The City of Miami overall project goals are to inrlude the following. Improve System -wide emergency response time to Citizens by reducing overall call intake time. Improve reliability of the E911 system minimizing equipment failure probability by replacing end of life equipment Improve connectivity to Citizens by providing redundancy in distributed system operations. Increase service capabilities by doubling the amount of active positions thus providing additional staffing capabilities in the event of natural disasters or as needed Improve connectivity for Public Safety Answering Points with future technologies by complying with new standards, i.e. NG911 (i3). Improve Public Safety responder coordination and more effectively route emergency calls for service by geospatial location identification. Provide a means to efficiently and effectively interface between mutual municipalities in the event of natural disasters or as needed. Expectations The City of Miami desires a fully hosted "turnkey" installation for the entire CTI telephone system. The "System" willbe fully redundant fault tolerant and load sharing hosted in two separate Central Offices with no single point of failure. The vendor is responsible for installing and maintaining all equipment and cable and all software configurations required to support the proposed system. The vendor shall be responsible for all equipment, cabling and software up to and through the headset jack. The vendor shall be responsible for coordinating the removal of existing telephone equipment. Prior to any physical work the vendor will do a walkthrough of the facilities with City of Miami representatives. The vendor is required to provide a Gantt chart for the installation process once the notification of contract award has been received. The vendor will provide a technical representative that is capable of comparing the new system business rule capabilities with the older Avaya call routing business rules to identify any workarounds that may be required. Once satisfactory software. configuration solutions are agreed upon by City of Miami representatives, work can then commence at the FTC site. The FTC location will have all existing telephone equipment removed by the vendor and then complete the installation of the new CHSP. At that time acceptance testing for that facility will begin. Once acceptance testing is completed City E911 and dispatch operations will be moved to the FTC site on the new system. After being live with no unresolvable operational issues, City representatives will give the go ahead to begin the process again at the MPD site. As with the other site, acceptance testing will take place and the City E911 and dispatch operations will move back to the MPD site. At this point an entire system acceptance test will take place covering dual site operations. Page 47 of 51 Request for Proposals (RFP) 284273 In addition to the above described systems, the City requires a 911 transportable system capable of answering in a non predetermined location leveraging Vo1P technologies. This concept is often referred In as a `PSAP in a Box" concept: With minimal equipment, the City is looking for a 10 Position system to replace the current Lifeline 100 with the IAP Plus phones previously described. The system must have minimal equipment to leverage the portability of the system. The portable system must still maintain ANI/ALI capability on the phone set and business routing rules of the primary system if desired. General Requirements (Mandatory unless indicated Desiredl Ability to partition the phone system into two (2) PSAP's with distinct call handling business rules. Ability to route incoming calls utilizing geospatial business rules determined by the system administrators. Must have the ability to instantly change call routing flows by time of day and associated timers or other parameters "on the fly". Ability to distribute incoming 911 calls to either the Primary or Secondary PSAP utilizing automatic call distribution based on skills based routing definable by business rules defined.for use by the main PSAP. Ability to provide a portable call answering system to a non -predefined location with minimal equipment and retain the call answering routing defined in the common business rules. Ability to implement forced call answering for call taking agents logged into specific sialls/queues. Ability to perform any system tasks from any authorized workstation depending on logon credentials Call taking workstations must have the ability to operate independently with a four (4) wire headset jack or integrate with a Motorola Gold Elite CIh using a six (6) wire headset jacks Must have real time performance monitoring tools with alarming. capability to measure and display call taking and system performance monitoring benchmarks. Must utilize off the shelf components to comprise the rats taking workstations. Must be fully compliant with the NENA standards (Call Centers, Workstations, CAD Integration, Security and specifically i3 specification. Must be able to maintain call recordings for a time period of at least 5 years with the only limitation being storage capacity. Call recordings must be able to be loaded onto permanent media for later retrieval and play back independent of the main recording system utilizing a simple search and playback software using common industry playback file types, e.g. way, mp3, etc. Must have no single point of failure in system design to include equipment and network routing, (no common man holes) and the capability of load balancing to include diverse networks and redundant hardware up to and including the workstations. Must have reporting capabilities on all database fields utilized in the system with MIS report generator software allowing for ad hoc reports. Must provide query or read only access to all fields in the database using standard interfaces (ODBC, OLEDB, etc_) for ad hoc reporting utilizing 3rd partyproducts such as. Crystal Reports or Microsoft Reporting Services. Ability to support Instant Messaging (IM) and Short Messaging Service (SMS) dialogue from public callers Call taking workstations must have full TTY communications capability for the hearing impaired railers. Must have the ability to load balance rail processing between two call processing systems in geographically diverse Central Offices with each call processing system capable of handling 100 percent of call processing load during peak operational times. Normal operation will be a load balanced system with each call processing system balancing the operational load. Must have an upgrade roadmap to transition to IPv6. The system shall support additional one -button transfers to other entities, via dedicated circuits or pre-programmed dialed digits. In the event that a primary PSAP is out of service, or that all E911 trunks to that PSAP are out of service, 911 calls shall be routed to an alternate PSAP. The installed system will provide the capability for real time measurement of Quality of Service for network infrastructure. System to provide overall 99.999% availability, measured on a 24 hour per day, 7-day per week basis, accumulated over a one-year period. Page 48 of 51 Request for Proposals (RFP) 284273 0 System will have the capability to have handsets and function independently or in parallel with the Intelligent Work Station at each position. Ability for the mapping application to co -reside on the same hardware as the proposed E911 Intelligent Workstation. The CHSP shall be capable of determining system integrity as part of a self -test routine. Upon detection of a defective software block, the unit shall signal that a failure has occurred. The Vendor will supply the cost of the CHSP for additional workstations if PSAPs choose to add workstations or 911 capable phones outside of the previously scoped quantity. Unless exempted in writing, the vendor is required to include a plan for ongoing application and operational support. The plan shall include information regarding the appropriate technical skill sets and approximate quantity of support required The plan shall also identify how application support is to be conducted. It is highly desirable for the City to have the workstations rack mountable at a single location with only the keyboard, mouse and monitors at the call taking positions for full environmental and security control. Technical Repair -and Response Resolution Vendor will maintain a trouble reporting call center to accept trouble tickets (calls for service) 24 hours a day 7 clays a week 365 days a year capable of immediately dispatching technicians should the severity of a failure warrant it. The vendor will provide an online notification of trouble ticket status and trouble ticket tracking with the ability for the City to tag and escalate trouble tickets A log of all maintenance and repair work shall be provided and maintained by the vendor at each PSAP_ The log shall be accessible to the PSAP managers. The vendor will maintain a spares kit of critical spare parts inventory at each site to ensure quick and response correction of trouble reports. The equipment must include but not be limited to: (parts, modules, boards, CPU's, monitors and/or equipment) required to repair the system if necessary. Vendor is required to maintain sufficiently trained and manufacturer certified personnel to support not only day to day operational maintenance and repairs during business but also emergency repairs outside business hours. Failure Severity Definitions Low Priority (Minor Failures) System functionality is only minimally affected through loss of a support system. Call answering .and call procPcsing of geographic location is not impacted. For example, Call MIS system or call center performance displays/annunciators. High Priority (Major Failures) Mission critical equipment has failed impacting the call answering capacity however calls can still be answered. For example, a failed workstation required component has failed bringing down a single workstation. Real time ACD/Call Center performance monitoring is not operational. Critical Priority (Major Failures) Mission critical equipment has failed and calls cannot be answered. For example, a major data component or equivalent has failed bringing down all or multiple workstations or a major alarm exists in the system. Response Times Low Priority Calls for service can be handled during normal business hours (Monday thru Friday (8 am to 5 pm) and resolved within 2 days. High Priority Calls for service will be handled without time exception with a technician dispatched and onsite within 4 hours and resolved within 24 hours of being reported. Critical Priority Calls for service will be handled without time exception with a technician dispatched immediately and onsite within 2 hours and resolved as soon as possible. Technical Standards Systems shall comply in all material respects to NENA Technical Standards to include but not limited to Page 49 of 51 Request for Proposals (RFP) 284273 NENA 58-001 Standard for IP Capable PSAP, NENA-04-001 Standard for E911 PSAP Equipment, NENA-04-004 Standard for E911 PSAP Intelligent Workstations, and NENA-04-503 Standard PSAP Network/System Arrpss Security, NENA-75-001 Standard Security for Next Generation 911 as well as the recommendations of NENA 08-501 Technical Information Document -Network Interface to IP Capable PSAP. Standards by ANSI -accredited bodies (e.g., ATIS/ESIF, NFPA) should be consulted for guidance in proposing solutions to the City. The City intends that accepted national standards be leveraged to the greatest extent possible to facilitate installation, interconnection, administration and long term capability of the installed system. NG9-1-1 Functionality and 13 Compliance The CHSP shall be fully compliant of the NENA 13 standard capable of providing Next Generation 9-1-1 functionality including but not limited to: Voice, text, or video emergency calling from any communications device via Internet -like networks; Advanced data from personal safety devices such as ACN or medical alert systems; 'Long distance" access and transfer and improved interoperability; and Location -specific emergency alerts possible for any communications device. Quality of Service (QoS) Implementation of systems that support industry standards for QoS, such as MPLS, 802.1p, 802.1q and Diffsery are vital to the development of a converged solution. The vendor will be required to certify QoS minimum standards prior to installation and have a recommended alternative plan for points of failure for their solution_ Minimum Performance The City of Miami requires the proposed solution to meet the following minimum performance standards: The system must have Network Management Tools/Software measuring the system network performance throughout the system to include central offices and secondary sites. The monitoring tools must be capable of determining minor problems and provide network traffic monitoring to include network latency/jitter performance. The system must not permit bandwidth reduction for use by other entities. This bandwidth engineering should be of such that there is no degradation during peak hours when processing Simultaneous calls. PSAP Alarms The CHSP shall monitor major system components and data streams for alarm conditions. When a system malfunction is detected or data error occurs, the CHSP shall automatically activate audible and visual alarms to warn user of the condition. Alarm conditions shall be able to be monitored from remote locations (i.e. E9-1-1 system repair service). Example of alarm conditions shall include, but are not limited to the following. Site location Equipment failure Software failure Power failure Network failure and degradation, i.e. latency and bandwidth Thresholds exceeded for service affecting failures E9-1-1 line failure Alarm Messages When alarm conditions are detected, the CHSP shall generate alarm messages with a date and time stamp to a log maintained on the E9-1-1 server and notify PSAP designated personnel via email and SMS Alarm Operation When an alarm condition is detected, the central processor shall operate alarm relay contacts that operate external audible/visual alarms. Alarms shall be both audible and visible to PSAP personnel while working at their normal answering positions. The audio portion of the alarm may be switched to a silent mode so that dispatch center operation is not disrupted, but the visual indication shall remain on as long as the trouble condition exists. When the alarm condition has been cleared and the audible alarm switch is in the silent position, the trouble light will stay on and the audible alarm shall activate and stay on until the alarm switch is returned to the normal position at which time the audible alarm will be silenced and the trouble Page 50 of 51 Request for Proposals (RFP) 284273 light will go off. The alarm system shall operate independently of the PSAP equipment so that in the event of a total PSAP failure, the alarm system continues to operate as designed. The Cl1SP shall allow for the reset of the audible alarm status. Problem or failure notification must also be capable of notifications via email and SMS_ Remote Alarms: The remote alarm interface shall be compatible with dial up or dedicated line, asynchronous ASCII communications or via Network. System Administration The desired system will allow the City to manage the required system administration functions for all locations. System administration requirements indude: Secure administration for all sites on the network available on the LAN with system administrative authorization. Ability to run basic diagnostic checks and backup as well as restore data. Ability to support remote administration at all sites (terminal services, VPN). Ability to perform standard software changes (moves, adds, changes). Ability to build/modify stations, trunk groups, trunk routing tables and ACD groups from a Graphical User Interface (GUI) using English language commands. The system must provide reporting that allows the system administrator to determine traffidtrunking requirements, processor busy levels and service quality. Implementation Requirements Project PIanning Vendors are required to plan the implementation in such a manner as to provide NO downtime to the City of Miami Business and Emergency service operations. This will include a phased approach to implementation, with cutover of all sites in a closely managed migration. The vendor is required to provide a Gantt chart for the installation process once the notification of contract award has been received. Infomhation to be included in any event or sequence your company deems necessary for the completion of a successful implementation. Include information such as: Plan for facilitation of "Hot" cutover in limited computer/server room space environment User interviews to design the database (all systems) Design and build new system, and CPE gateways Pre-cutover meetings An installation phasing for the backup site Testing of each phased loration Network order processing and coordination Coordination with all service providers connecting to the system for correct provisioning and cutover Identification of telephone numbers'and extensions for cutover planning Staged end -user training on all applicable systems before, during and after cutover Provision for "Help Desk" staffing throughout the first week of cutover Terminate all system cables on systems, and other ancillary equipment requested and/or installed Cross -connect all cables from station distribution field to new Vo1P system and analog gateways Cross -connect all trunks to trunk ports on new system All network changes/modifications are required to be approved and coordinated with the City's network personnel. The chosen vendor must be responsible for immediate response of vendor created outages Provide complete implementation documentation including: Network design Installation of all hardware and software systems purchased by the City from the selected vendor Extensive pre -testing of all systems connected to include but not limited to: Main system All remote site systems All trunks Page51 of 51 Request for Proposals (RFP) 284273 fl System administration All stations (IP, cordless, wireless, headsets) Third party hardware and software attached to any system(s) purchased through the selected vendor Acceptance Testing • The CHSP shall undergo a bum -in period and extensive testing subject to the approval of DPS. The provider shall provide qualified technicians to install and test all elements of the CHSP. CHSP provider technicians shall also be available to witness and facilitate acceptance test procedures. Acceptance test plans are required as determined by the City. The City and Vendor shall work together to determine whether or not the system passes an acceptance test performed. The Vendor shall be prepared to give a live demonstration of the CHSP at a location to be determined prior to any PSAP installations Infrastructure Installation Vendor will be responsible for all cabling end to end at all sites requiring additional infrastructure, the cabling vendor (contractor) shall install required CAT6, 4-pair, plenum rated cable to each of the required workstations along with plenum rated cabling required to satisfy the recording needs as specified. At the associated Telecommunications Room (TR), all new infrastructures shall be terminated on new termination panels. • The contractor shall be responsible for confirming existing termination field availability. All new data infrastructures shall be terminated on an RJ45 patch panel configuration consistent with each of the facilities data field build out. All other existing cabling infrastructure shall be left "as is". All cables installed in workstation furniture shall be provided in a length to accommodate the full range of workstation motion, as well as providing for access and removal for servicing. All cables and demarcation points are to be clearly labeled. All cables are to be bundled and cerured to avoid disconnection during normal use and servicing access Contractor Adherence The installation and termination of cable and outlets shall comply with the applicable design rules developed by the manufacturers of the components provided the applicable industry standards, City of Miami and the latest available TIA/EIA guidelines. Note that the City of Miami currently limits data cable runs to 90 meters (295ft) from a workstation outlet to data distribution frame. The vendor / contractor neMrls to conduct facility walkthroughs to ensure redundancy and cabling requirements are met. All telecommunications services, equipment, cables, electronics power supplies, or systems in operation at the start of the project shall remain in service and may not be disconnected, removed or in any way impaired by the activities of the contractor unless those changes are part of the project and coordinated and scheduled with the City's project management team The contractor shall be responsible for all coordination, costs and materials associated with restoration of services for any damaged systems. Where active systems must remain in operation during a project systems will be clearly identified, t uaed and documented. The contractor is not authorized to remove any existing jumpers or patch cables unless directed otherwise as part of the project. Unless specifically excluded in writing elsewhere, the contractor shall be responsible to obtain all necessary telecommunications installation permits, and shall be responsible for all inspection costs, coordination and inspector approval Nothing in this document shall be construed or understood to authorize or direct the contractor to deviate from any telecommunications industry standard, federal, state, or local safety law, standard, code or requirement. The contractor shall provide engineering and installation consulting as a check against the specifications contained in this document, to relate these specifications to the equipment, materials, and services actually provided, and to insure the most efficient installation under the prevailing circumstances. Should the contractor make discovery of any inadequate infrastructure not identified at the beginning of this project, the contractor shall notify the City of Miami and/or its representatives to determine resolution. The contractor shall provide appropriate on -site repair service during each scheduled cutover and coordinate with the City of Miami and/or its representatives to promptly identify and remedy any cabling problems, as required. Repair availability for any cutover that eliminates the existing working systems shall be 24/7 and response shall be within two hours of notification. If contractor does not respond within two hours, the City may contract with others to remedy cabling issues and the contractor shall reimburse the City its actual cost for the remedy. Vendor to identify bandwidth requirements between PSAPs and support facilities. Page 52 of 51 Request for Proposals (RFP) 284273 CHSP Workstation GIS (Mapping) Vendor to provide a geographic mapping application at each PSAP call taker position and shall interface with the City of Miami map for the purposes of mapping the location of all 9-1-1 calls based on the ALI of the caller. Mapping application to provide display (icon or graphic) of received caller location, based on ALI information, including re -bids and Wireless 911 Phase I and Phase II information Be able to display all ESRI compatible vector data products (points, lines, and polygons). Allow user to display and use as many map layers as is practical without cluttering the screen. User can turn map layers on and off as desired. Be able to display imagery (orthophotography, oblique photography, etc.) in same map view as vector data Locate 9-1-1 calls using address ranges from street centerlines or "absolute" addresses using address points. If software cannot find correct address point for a 91-1 call, then address ranges will be used to find location. Be able to utilize a street name alias table for ra11 locAtion and manual location queries. Be able to find closest address match within ESN if exact match or alias match does not work for call location and manual location queries. Be able to arrurately plot X-Y coordinates in Phase I and Phase 11 calls. Ability to display location information at each call taker position for calls pending Include GUI based tools to allow user to identify, pan, zoom in, zoom out, zoom to previous extent, and zoom to full extent Be able to locate addresses manually using street address, lat/long, landmark, or linear referencing system Allow user to measure distances on screen (units TBD). Allow user to print or export image of map screen. Allow user to log street and address errors, including a map image of error. Be spatial MSAG compatible. Ability to display mnitiple layers of available information, including Street centerlines and road types Point data, such as specific buildings or addresses Substructure (utilities) layers ESN/ESZ and jurisdictional boundaries Water features Parcel boundaries Building layouts and graphical images Ortho/oblique photo imagery Others to be defined (vendor to identify any limitations) Intelligent Work Station Requirements Operating System: Required operating system will be provided by the Vendor and shall be an open architecture based system and be menu driven. Microsoft Windows current version at time of implementation for client workstations is required. System Reboot: When the workstation is rebooted, the CHSP shall be automatically loaded. Log -on and Password Protection : A password protection scheme with multiple levels of priority shall be incorporated into the operation of the CHSP to allow for system operations and administrative functions by approved emergency staff personnel only. Monitors Vendor to provide a minimum of two 20" LCD monitors for each workstation position with the main Page 53 of 51 Request for Proposals (RFP) 284273 operation monitor being a touch -screen. Automatic Location Identification (ALI) Display CHSP shall provide an ALI display format that shall be capable of displaying a minimum of 1000 characters of ALI data The CHSP shall allow the user to view the ALI data, clear the screen, print the ALI data on a printer or re -display, at a minimum, the ALI of any calls in progress plus, at a minimum, the last 100 E9-1-1 calls received in the previous two hours. When an E9-1-1 call is placed on hold and another E9-1-1 is answered the ALI displayed will change to correspond to the new call. The CHSP shall allow for the manual repeat or rebid of ALI. When the user returns to the E9-1-1 call on hold, the ALI data displayed will change to correspond to that call. The CHSP shall provide the capability to send any re -display of ALI to CAD on demand. ALI Database Interface ALI information shall also be received as.a result of a manual and automatic retransmit request issued by the workstation. The CHSP shall provide capability for immediate electronic retrieval of manual queries of the ALI Database, based on the ANL Call Handling Screen Customization The CHSP shall allow for customization by the user that at a minimum will permit the changes to screen colors, font preferences and module window size and location. The CHSP shall provide the capability for PSAP administrators to lock down the capability to customi ae the screen if desired. Call / Line Indicators The CHSP shall indicate incoming emergency and non -emergency calls by both audible and visual means_ E9-1-1 lines shall have a different audible and visual signal from other lines. The CHSP shall have a visual display indicating the status (ringing, busy, and on hold). The CHSP shall provide indication of the current status of each E9-1-1 and non -emergency line. Indicators shall include but not be limited to: On line, On Hold, Transferred to (Location Specified), and Terminated. Caller ID/ALI PSAP equipment shall provide for ALI retrieval from Caller ID on business lines or a manually entered (TTh' telephone number. tom/ Hold Ability to place calls on hold for retrieval by any tall taker (Call Park). Call On Hold Reminder The CHSP shall provide a reminder that alerts the telecommunicator after an administrator configurable timer has expired when the call is on hold. The Vendor must explain how this requirement will be met Abandoned Call Display The CHSP shall provide a unique display that identifies each abandoned E9-1-lcall. The display shall include the ANI and ALI for each abandoned E9-1-1ra1l and shall provide an audible and/visual alarm. Instant Audio Playback The CHSP shall provide for immediate playback of the audio portion of the last 20 minutes of the last calls received. When playing back E9-1-1 calls, the ANI/ALI data for the call being played back shall be displayed. It shall have the capability to playback audio while on a call. It shall be digitized and independent of Nice call logging and recording equipment. The CHSP shall provide the capability to save any audio recording for long-term storage. Redial Ability to support one -button re -dialing of recent calls, including abandoned calls. Barge In The CHSP shall provide Silent Barge -in capability to allow one or more workstations to participate in an ongoing E9-1-1 call without any audib indication that another workstation has joined in the call. Call Monitoring The CHSP shall provide the capability for one or more workstations to monitor an ongoing E9-1-1 call. Visual Indicators The CHSP shall provide a visual indicator when the active call is being monitored or when the silent barge -in feature has been activated. This feature shall be able to be turned off by the PSAP manager if Page 54 of 51 Request for Proposals (RFP) 284273 t Th desired. ACD Functionality The system, at minimum, must have robust ACD capabilities included with multiple agent groups, agents per group, supervisors and reporting capabilities. In addition to the standard telephone features, ACD functional keys are required: Ability to Log-On/Off to multiple groups After Call Work utilizing disposition codes, e.g. incident follow-up etc. Make busy utilizing disposition codes, e.g. breaks, lunch etc. Supervisor request Ability for ACD staff to determine the number of calls waiting in queue at all times (without pushing keys to bring statistics forward). Ability for mnitiple information announcements (per queue/department) provided for callers in queue. Ability for mnitiple queue wait time information announcements (per queue/department) provided for callers in queue, for example:. number.of calls ahead of caller or expected wait time Ability to overflow agent groups built on predetermined software based business rules, e.g. excessive wait or ring times . Conference, Transfer and Auto Dial Functions The CHSP shall be capable of initiating E9-1-1 call transfers from each workstation. Transfers are to be accomplished through manual dial; speed dial and auto dial function that shall be programmable at a system level for different call taking profiles. The CHSP shall specify the number of auto/speed dial arrangements per workstation, (a minimum of 100 are required) and the options available for expansion. The CHSP shall also contain system auto/speed dial arrangements that are administrated system wide. The CHSP shall provide a manual option for on screen dialing of outgoing calls. TDD Call Recognition The CHSP shall fully support all ADA laws with integrated TDD/TTY features in every workstation. TDD/TTY calls must have the same functionality as voice calls. TDD/TTY detection must be automatic. The entire conversation must be captured and provide a pemianent record of TDD/TTY dialogue logged and easily retrieved. Pre -Programmed TDD Messages It is required that the CHSP shall accommodate pre-programmed messages particular to a workstation profile. The minimum capacity for each message shall be at least 32 characters. Pre-programmed messages can be changed for each profile at an administration level with password protection. Each pre-programmed message shall be transmitted by the depressing of no more than three keys or buttons. Automatic pre-programmed greeting message transmitted in Baudot upon detection of TDD call. A means shall be provided for the telecommunicator to interrogate a silent call. When the silent call interrogation is initiated, the CHSP shall attempt to communicate in ASCII format at all standard speeds and shall send the preprogrammed greeting in ASCII if surrpssful. If unable to communicate in ASCII, the CHSP shall send the greeting message in Baudot. The CHSP will ensure that complete headset audio (send/receive) is available to the call taker while sending and receiving TDD messages (VCO/HCO). Once a TDD call is initiated in addition to the pre-programmed messages all keyboard characters will be transmitted and used to communicate. Multiple Operators The CHSP shall allow two (2) or more operators or the supervisor to pick up on the same call, participate in the conversation and receive ANI/ALI Data at their workstation. This feature shall be able to be turned off by the PSAP manager if desired. Previous Caller Information The CHSP shall provide one field on the E9-1-1 screen that will display the date and time of the last three E9-1-1 calls placed at the current telephone in the last three years and includes any comments saved to the auxiliary information/comment field for that ALI record. This information will be obtained from the Call Management Information System. Automatic Rebid Capability The CHSP shall provide the ability to initiate an automatic rebid of ALI for wireless E9-1-1 calls. Carrier Page 55 of 51 Request for Proposals (RFP) 284273 specific time thresholds for the initiation of automatic rebids shall be programmable. The PSAP administrator shall be able to turn this on and off. One Button Call -Back Capability The CHSP shall provide capability for automatic dialing of the telephone number of an E9-1-1 caller by depressing a single button/key if the caller has hung -up was disconnected or the call was abandoned. This feature shall include the capability to call back 9-1-1 calls from local and non -local wireline telephone numbers, and wireless and PBX telephone numbers. Auxiliary Information/Comment Field The CHSP shall provide a field that will allow the PSAP to enter free form data relative to a particular telephone number. The field shall hold a minimum of 512 characters. This field shall be scrollable and shall display a minimnm of 80 characters per line. This field may be a pop up window in which case a symbol will flash on the E9-1-ldispay if data has been entered in this field and the pop up window shall be opened by pressing only one function key. The data shall be stored on the server/workstation and shall be available to all workstations at the PSAP. The CHSP shall automatically display the information or comments in the auxiliary information/comment field when the associated ALI record is displayed_ E9-1-1 Tagging By Discipline The CHSP shall provide a method to tag E9-1-1 galls for identification as Law Enforcement, Fire, EMS or a combination of disciplines using no more than a maximum of two key shukes or mouse clicks. NON CH Telephone Handsets Differing models of display telephones based on the department requirements. MPD requires twenty three non-CTI telephone handsets to accommodate the administrative telephone lines and enough programmable buttons to accommodate one button speed dials/intercom calls defined in the MPD Non -Emergency Call Operations section of this document The same will be required at the FTC backup site. MFD requires three non-C 11 telephone handsets to accommodate the administrative telephone lines defined in the MFD Non-F.mrrgency Call Operations section of this document The same will be required at the FTC backup site. Call Appearance Busy Lamp Field, DSS or equivalent visual indication via display phone with minimal feature activation. Telephones providing easy single button access to standard features including hold, transfer and conference. Support of American Disability Act (ADA) requirements, including amplified handsets and support of TTY devices for those with a bearing disability. Headset port integration and designated on/off button on the telephone. Display of internal CID name and extension. Display of CID information provided by business class caller ID. Ability to support multiple line appearances in requested departments as well as a personal extension. Departments may require a "general line" for the ability to ring one number to reach anyone available in the group, rather than trying multiple extensions. Ability to have speakerphone options to include; true full duplex, half duplex and monitoring capabilities. Separate volume control for handset, speaker and ringing features. Distinctive ringing (unique ring per telephone line/ appearance) for phones in open areas. Must have the capability of being recorded within the system recording process. Must have programmable buttons programmable as speed dials and/or intercom calls. Must have the ability and sufficient quantity to make single button speed dial and/or intercom calls to be 'determined by the City. Mobile Handsets Cordless single -line and multi -line telephones with a 300-foot range for answering call center supervisor/administration lines. Mobile telephone sets supporting the ability to answer multiple adnun lines while away from the base station. Page 56 of 51 Request for Proposals (RFP) 284273 Analog Telephone Handsets (POTS) In the event of the PSAP becomes completely isolated, both departments require that analog phone sets be installed for emergency communications. MPD requires three with three lines and MFD requires two with two lines. This requirement is for both locations, MPD and FTC. Call Management Information System (CMIS) The CHSP shall have the ability to store complete call data as described below to a data file automatically to the server. The software will allow a user with the proper password to print or export to third -party applications (e.g., Microsoft Office) standard or customized reports from the call data. The CHSP Shall provide a Call Management Information System capable of both real time and historical reports. Use of record management and report functions must not negatively impact system performance. Real time call center performance will track the incoming calls and provide the PSAP management personnel with real time information and strategic management reports. The MIS system must have the ability to provide a real-time display of system availability, call taker availability, calls in progress and call queuing statistics to non-PSAP locations (e.g., Emergency Operations Center, Visitor Center, etc.). Real time outputs shall include system summary reports that provide information on the number of calls received, number of abandoned r.alls, number of transferred rails, average speed of answer, and average talk time, Positions Logged On/Ready/Available, Positions Busy/Off Hook, Positions Not Ready/Out of Queue, Calls in Queue/Calls Pending, Calls in Queue/Calls Pending, ('all takrrproductivity reports by date range and time of clay range (e.g., Available for call time, Time on Calls, Not available for calls, etc.). Historical reporting requires system flexibility that allows a PSAP manager to create customer reports. The Call Management Information System should be user friendly and capable of generating reports for user specified time periods. Currently the retention time is five years. Reports shall be available on an as needed basis or scheduled for specific intervals. The CHSP shall piuvide a system to periodically archive data stored in the Call Management Information System The CHSP provider shall provide data archival prorpsses and procedures. The CHSP shall provide E9-1-1 call data historical statistical information on trunk and line traffic, database communications, and call taker performance. Trunk and line statistics for all Minks, E911 administration (7 digit) and outbound shall include, but not be limited to: Number of total calls received Number of abandoned calls Number of calls on a per trunk basis Number of calls on a per trunk group basis Number of calls on a call type basis Number of calls transferred Number of calls on a per position basis Percentage of calls answered within target time goals predefined by administrators Average time to answer Average length of call Average hold time Number of calls with no ANI Hourly call records • Time of Day call handling statistics Wireless/Wireline call counts/percentages Number of agents logged on per time of day ALI Database communications and records statistics that include the number of times no ALI record was found, the number of ALI errors, number of unanswered ALI requests. Time Synchronization Interface In order to ensure consistency of time stamps added to event records and reports, the CHSP shall be able to synchronize the server internal clock to a PSAP master clock source. Logging Recorder Interface The CHSP shall provide the ability to interface with both analog and digital logging recorders. Preferably Page 57 of 51 Request for Proposals (RFP) 284273 0 at both the call point of origin into the system (gateway), and at the workstation level. Printer Interface The CHSP shall provide the ability to interface with dot matrix, inkjet and laser printers and data logging to the CMIS system Each PSAP shall be equipped with a Call Detail Record (CDR) function that provides for capture, search and retrieval, display, and printing of at least the following information regarding each 911 call: Date received Trunk seize/call appearance time Caller's telephone number (call back number) ANl, ESRK or other routing identification Answer time Answering position identification Trunk/circuit identification Time call was released Time call was transferred Transfer dPetination Abandoned call indicator Ringing start time Time (-all was placed on hold Time call was taken off hold, and by what position Time the call was terminated All ALI data, including name, address, community, ESN, Class of Service Latitude, Longitude or X, Y Coordinates Computer Aided Dispatch (CAD) Interface The CHSP shall provide multiple CAD interfaces in accordance with NENA industry standards for all ALI data. The vender will be responsible for media converters that are required by the two CAD systems Data including, but not limited to, latitude longitude or X, Y and Z (when available) coordinates received from wireless providers shall be passed through to the CAD system External Data Base Interface The CHSP shall provide access to external databases to include, but not be limited to: ESRI based Geographic Information Systems (GIS) and database warehouses. PSAP administrator shall be able to turn this feature on and off. Software Virus Protection and Firewalls The CHSP shall include virus and firewall protection included Virus protection shall be upgraded as upgrades become available. Software Customization The CHSP shall incorporate any and all software items necessary to support the system including, if necessary, any customized programming to support the City's business rules Software Upgrades In the event System software is improved, the City of Miami shall be notified of such improvements and given the option of accepting the improvements free of charge. In theevent software change or improvement causes the complete obsolescence of part or all of the system, the new item(s) shall be supplied to the City of Miami at no additional charge. Critical updates and patches available for the CHSP must be implemented immediately without delay. Ruthless Interrupt If the user is using any software other than call handling application when an E9-1-1 call is received, the E9-1-1 call handling application shall become active and the other software shall be moved into the background without any action being required by the operator. Page 58 of 51 Request for Proposals (RFP) 284273 Documentation All system architectures, applications and application components will be documented at a level sufficient to allow for individuals and trainers other than the original developer(s) to maintain, support and enhance the application solution. • CHSP documentation both in written and data format shall be provided at each PSAP location. Provided documentation shall, at a minimum, include the following sections: Documentation Index _ Functional Descriptions Automated attendant tree ACD queue call flow Detailed architecture design Installation Manual Maintenance Manual System Administration Manual Position Operator Manual Arneptance Test Procedures As built drawings to include: One line schematic drawing of the voice application servers, network equipment and connectivity Logical and numerical identification of extensions, jacks, patch panels etc. for each site. Remote Displav/Print of ALI The CHSP to be capable of providing ANI/ALI print capabilities and/or display to remote locations (e.g. Secondary PSAPs). Remote locations may be equipped to receive only a printout or a display of the ANI/AL3.i.nformation. The System Provider's response shall identify cost of all remote print/display equipment and distance limitations if any. Supervisor Alarm/Alert The CHSP to provide the capability at each workstation to alert supervisory position of special cirrnmstances including but not limited to: Current Skill/Queue Statuses, critical system operational Information, status of load balancing systems, alternate PSAP's operational statuses Supervisory Message The CHSP should provide the capability for supervisory workstations to post messages on screens of each workstation. Offline Indicator System to provide positive/affirmative alert to each call taker position of off-line status, error conditions or conditional events On Screen Telephone AnsweringEquipment Volume Control The CHSP will provide the capability to control volume of telephone answering equipment (Hand/Headset) on the screen of each workstation. The volume of the ringer may be lowered to a preset minimum, muted or increased at call taker discretion. The volume will automatically revert to its default level when another user logs in to the work station Product Versioning Provide product version information which must include, but not be limited to, product name, version number, date version was released for general use and number of installed customer entities. If product has any Web accessibility, it must previously be stated and explain how their solution needs this requirement. Pro duct Architecture The vendor is required to submit detailed product technical specifications organized as defined in this section. If vendor can supply more than one unique product type, version or level of their software that meets or exceeds the requirements previously stated, vendor must clearly state the existence of multiple products, explain the major differences between them and take these additional steps: Provide separate Product Version and system Architecture Statements for each. Provide clear and separate statements in any proposal sections or sub -sections where there are differences Page 59 of 51 Request for Proposals (RFP) 284273 between product versions. . Identify which is the vendor's preferred solution and why. Vendor must present a detailed architecture design for the proposed product along with a text description and annotated diagram (or diagrams). Descriptions and diagrams must clearly identify all products, interfaces, message formats and component function. Each description/diagram should be accompanied by a narrative indicating functionality. IT systems should be implemented in adherence with all security, confidentiality and privacy policies and applicable statutes. Server descriptions —general functions and operational software components deployed (e.g., HS, I, t 1', other services activated). Network —servers and the zones (user, DMZ, server zone, database zone at minimum) in which the servers are hosted, firewalls, network protocols, port requirements (specific port, range, configuration capability). The interfaces between separate application systems must be message -based; this applies to both internal and external systems. Describe each server to server connection and communications dialog with protocols, type of message or content and paths. The diagrams should also show the (numbered) sequence of the communications dialog. These descriptions should include both internal and external environments. If the design does not use message -based interfaces between components or systems, explanations will be required for rationale of such a design_ If unable to comply there must an explanation of what the impact would be if required to use message -based interfaces between components or systems_ The use of XMEL, as "the" format for inter -application messaging is highly desired_ Explanations will be required of bow the proposed design mil; 7es XML for this purpose. Explanations of system design utilizing X2yIL, between components for intra-application messaging will be required. Full detail identifying the source of the XML Schema or Document Type Definitions (DTDs) utilized in the design. Applications shall be designed with the presentation, business logic and data layers both logically and physically separated to increase portability, scalability, re -usability and to support simplicity. Applications, systems and infrastructure will employ reusable components across the enterprise, using an n-tier model/ A smaller number of consistent configurations for deployment across the enterprise will be required when feasible. Systems must be designed, acquired, developed, or enhanced such that data and processes can be shared • and integrated across the enterprise and with other public safety entities should the need arise. Hosting Both the logical and physical separation of the presentation, application and database layers is crucial to the desired hosting strategy. The City of Miami's Technical Review Group will conduct a technical evaluation of each application. This evaluation, among other reviews, will determine the appropriate location and security zone for hosting each of the presentation, application and database layers/servers. The logical design of application systems and databases should be highly partitioned. These partitions must have logical boundaries established and the logical boundaries must not be violated. The technical evaluation will occur in the Business Requirements Analysis phase or early in the System Design phase of the System. Security The City of Miami does not dictate how developers will address vulnerabilities, only that they be able to demonstrate that vulnerabilities are addressed. Recognizing other vulnerabilities exist outside those listed below, the City expects developers to apply best development practices in building secure applications. It is also required that developers address new vulnerabilities as they are identified. In particular, but not limited to explanations will be required on handling: Improper error handling - Error conditions that occur during normal operation are not handled properly. If an attacker can cause errors to occur that the web application does not handle, they can gain detailed system information, deny service, cause security mechanisms to fail, or crash the server. Insecure storage - Use of cryptographic functions to protect information and credentials are required where applicable. These functions and the code to integrate them have proven difficult to code properly, frequently resulting in weak protection. Page 60 of 51 Request for Proposals (RFP) 284273 Denial of service - Attackers can consume web application resources to a point where other legitimate users can no longer access or use the application. Attackers can also lock users out of their accounts or even cause the entire application to fail. Insecure configuration management - Having a strong server configuration standard is critical to a secure web application. These servers have many configuration options that affect security and are not secure out of the box. If a specific technical solution requires that firewall ports be opened, then the presentation of that technical solution must include and clearly identify the advantages to the City for taking on such an additional security risk Applications and solutions will be designed to allow for the configuration of ports utilized at implementation, however, applications and solutions will not utilize or implement dynamic allocation of ports. Presentation Layer Input Validation Safeguards must be included in all applications to protect the system data and technical resources. Presentation layer coding must include (at a minimum) specified user input validation checks to guard against unauthorized access. Authentication All agency -specific secondary sign on prorrs.ses are in addition to, not in lieu of, the below mentioned authentications. Multiple factor authentication is also allowed as a complement to the single sign -on solution the use of Active Directory for authentication is limited to MIS reporting and file and print scenarios. The system will have a complete and uniform vetting process for employee identifications, role establishment and association. MIS and system administration will be required to be in its own DMZ segment spanning to the City's public safety DMZ permitting MIS reporting and system administration functionality from City assets that reside in the City's public safety DMZ. Security Review The City reserves the right to test all applications from a security perspective and require that any vulnerability identified by such testing be subject to reme iiation. Testing will occur prior to implementation and may occur post implementation and on a recurring basis. Development. Test and Production Servers. Monitoring and Logging. All system applications must be tested in an appropriate environment to ensure compatibility, reliability and reasonable performance under load while operating in a production environment. It is anticipated that the sophistication and completeness of the testing environment, tools and procedures will be proportional to the ci7P and complexity of the target system. The test environment configuration, tools and procedures will be presented to the agency and the production hosting organizations for review and approval. Applications in development or test status will not be permitted on production servers. New information systems and processes will be implemented only after business processes have been analyzed for operational stability Disaster Backup and Recovery (DBAR) All critical applications will be designed with Disaster Recovery and Business Continuity in mind. The planning and documentation of such critical applications will include the necessary DBAR content. Training Administrator Training Pre -implementation administration training will be conducted with a trainer(s) on site prior to cutover to the new system. Administrator training (system administration, network/system and call center performance monitoring etc.) will be conducted on site for the City's designated system(s) to include but not limited to; day to day administration, MIS ad hoc reporting and end user support. End User Training Pre -implementation end user training will be conducted with a trainer(s) on site prior to cutover to the new system. The trainer(s) needs to be available to conduct the training classes to accommodate the City of Miami Call Center's shift work resulting in the trainer(s) working outside normal business hours. The trainer(s) will also need to be onsite on the day of cutover available to all three shifts to answer any questions or problems that arise at cutover. Page 61 of 51 Request for Proposals (RFP) 284273 Definitions 1 ACD -Automatic Call Distribution system 2 ACN - Architecture for Control Networks 3 ADA - Americans with Disabilities Act 4 Administrator -The system's administrator. 5 ALI — Automatic Location Information 6 ANI — Automatic Number Identification 7 ANSI - American National Standards Institute 8 ATTS- Alliance for Telecommnnications Industry Solutions 9 CAD -Computer Aided Dispatch system 10 - CAMA - Centralized Automated Message Accounting 11 CHSP - Ca11 Handling Software Platform 12 CID — Caller Identification 13 CIE - Console Interface Electronics 14 CPE — Customer Premises Equipment 15 C; li -Computer telephony integration employing intelligent workstations for teleph services. 16 DiffSery - Differentiated Services 17 DMZ - De Militari7M Zone 18 E911 -Enhanced 911 Emergency Telephone Network. 19 EIA - Electronic Components Association 20 EMS — Emergency Medical Service 21 ESIF-Fmergency Services Interconnection Forum 22 ESN- Emergency Service Number. 23 ESZ - Emergency Service Zone 24 I — File Transfer Protocol 25 GUI - Graphical user interface. 26 HCO — Hearing Carry" Over 27 ITS - Internet Information Services 28 LAN — Local Area Network 29 MSAG - Master Street Addressing Guide 30 NENA — National Emergency Number Association 31 NFPA - National Fire Protection Association 32 NG911 —Next Generation 911 33 OBDC - open database connectivity 34 OLEDB - Object Linking and Embedding Database 35 OS -Operating system. 36 PSAP -Public Safety Answering Point. 37 SMS- Short Messaging Service 38 System -All telephone, computer, workstation, and ancillary hardware products, sy software, application software, operating system software, and networking software referred to herein. 39 TDD -Telephone Devices for the Deaf. 40 Telecommunications In Association 41 TTY -Teletype devices. 42 UCD — Uniform Call Distribution 43 VCO - Voice Carry Over � 44 VPN — Virtual Private Network Page 62 of 51 Request for Proposals (RFP) 284273 45 Vo!P- Voice over internet protocol 46 XML - Extensible Markup Language 0 Page 63 of 51 Request for Proposals (RFP) 284273 4. Submission Requirements 4.1. SUBMISSION REQUIREMENTS Proposers shall carefully follow the format and instruction outlined below, observing format requirements where indicated. Proposals should contain the information itemized below and in the order indicated. This information should be provided for the Proposer and any sub -consultants to be utilized for the work contemplated by this Solicitation. Proposals submitted which do not include the following items may be deemed non -responsive and may not be considered for contract award. The response to this solicitation shall be presented in the following format Failure to do so may deem your Proposal non -responsive. ALL RESPONSES WILL BE SUBMITTED IN HARDCOPY FORMAT ONLY TO INCLUDE ONE ORIGINAL AND SEVEN (7) COPIES, TO THE ATTENTION OF MS. MARITZA SUAREZ, AT 1NE CITY OF MIAMT PURCHASING DEPARTMENT, 444 SW 2ND AVENUE, 6'1TH FLOOR, MIAMT, FL 33130. NO ON-LINE SUBMITTALS WELL BE ACCEPTED. 1. Cover Page The Cover Page should include the Proposer's name; Contact Person for the RFP; Firm's Liaison for the Contract; Primary Office Location; Local Business Address, if applicable; Business Phone and Fax Numbers, if applicable Rmail addresses; Title of RFP; RFP Number, FeAera1 Employer Identification Number or Social Security Number. 2. Table of Contents The table of contents should outline, in sequential order, the major sections of the proposal as listed below, including all other relevant documents requested for submission. All pages of the proposal, including the enclosures, should be clearly and consecutively m,mhered and correspond to the table of contents. 3. Executive Summary A signed and dated summary of not more than three (3) pages containing a comprehensive narrative statement that illustrates its understanding of the requirements of the scope of services stipulated within this RFP_ Executive Summary should also briefly address Proposer's Overall Qualifications and Experience, Ability and Capability to Perform Required Services, and Methodology and Overall Approach to Scope of Work, as contained in the submittal. Include the name of the organization, business phone and contact person. Provide a snmmary of the work to be performed by Proposer. 4. Proposer's Qualifications and Experience a) Describe the Proposer's organizational history and structure; years Proposer has been in business providing a similar service(s), and indicate whether the City has previously awarded any contracts to the Proposer. b) Provide a list of all principals, owners or directors. c) Provide a complete list of clients for which Proposer has provided a similar service as required in this RFP, and that can attest to the operation and management, and/or other relevant experience, of Proposer. This list should include those governmental entities of a similar size and diverse population to the City for whom services have been performed within the past three (3) years. Include the overall value of the contract, and include the address, phone number(s), email address and contact persons within each organization. References are subject to verification by the City and be utilized as part of the evaluation process. d) Provide a list of clients that have, for whatever reason, discontinued to use your services within the past three (3) years, and indicate the reasons for the same. The City reserves the right to contact any reference as part of the evaluation process. e) Describe the overall size of Proposer; overall number of personnel of Proposer; total number of technical/support employee(s) company -wide. f) Provide detailed background and experience in providing an E911 Hosted Solution for at least three (3) municipalities similar in size to the City of Miami within the last three (3) years. g) Describe proposer's ability and capability to provide online technical support, telephone support, and after hours emergency support. 5. Methodology and Overall Approach to Scope of Work Page 64 of 51 Request for Proposals (RFP) 284273 a) Discuss in detail Proposer's Overall Methodology and Approach to the work to be performed as required under Section 3, Specifications. The proposer shall address all key areas as defined in Section 3, Specifications. b) Provide an organizational chart specifying the personnel assigned to accomplish the work. Provide a personnel roster that identifies each person who will work on this project, and include the following information for each individual specified, including name, title, and relevant experience. This chart shall illustrate the lines of authority and designate the individual responsible and accountable for the completion of each component and deliverable specified within the RFP. Clearly designate one point of contact for dealings with the City (Project/Account Manager). AT&T's Response: Because the assignments) for specific tasks are not made until the contract is awarded, specific name(s) and biographical information for specific tasks cannot be supplied at this time. The required documentation will be furnished if AT&T is your vendor of choice. AT&T is uniquely qualified to provide proficient technical service for the system proposed herein. Only manufacturer trained Technicians and Service Consultants perform installation, maintenance and training on the system. If required after contract award, AT&T will supply documentation to authenticate technical expertise, within the parameters of confidentiality limits. 6. Compensation Proposal Pmposer shall provide in their proposal a break down of all costs associated with the furnishing and implementation of an NG911 Hosted Solution_ Cost proposal shall include, amongst other things: annual license and subscription fees, training, software/hardware, implementation, configuration and any other additional fees/costs required to meet the requirements listed in Section 3, Specifications, of the RFP solicitation document_ 7. Trade Secrets Exception to Public Records Disclosure All Proposals submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Proposal contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with your firm's name and the RFP number marked on the outside. AT&T's Response: AT&T agrees that the physical response materials become the City of Miami's property. Design of the system, as well as any other pre-existing or newly -developed intellectual property of AT&T, its suppliers or its third parties, provided in this RFP response or in connection with performance of a given project remains the intellectual property of AT&T or its suppliers. AT&T would be willing to negotiate City of Miami's rights to use that intellectual property. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Proposal as a "trade secret" you agree to indemnify and hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and attorneys fees incurred by the City by reason of any legal action challenging your claim Page 65 of 51 Request for Proposals (RFP) 284273 5. Evaluation Criteria 5.1. EVALUATION CRITERIA Proposals shall be evaluated based upon the following criteria and weight Proposer's Qualifications and Experience: 35%/ Methodology and Overall Approach to Scope of Work: 35% Compensation Proposal: 30% Oral/Functional Presentations: 15% discretion of the Evaluation Committee) TOTAL: 115% Page 66 of 51 at&t January 15, 2012 7300 CORP CTR DR - BLDG 8, RM. 700 MIAMI, FL 33126 www.att.com Ms. Maritza Suarez Buyer City of Miami /111 SW 2nd Avenue, Purchasing Dept. 6th Floor Miami, FL 33130 USA Dear Ms. Suarez: Phone:(305) 569-7325 Fax: (866) 379-9203 mb0481@us.att.com Your AT&T amount team has carefully reviewed the requirements in the REP 284273 Fully Managed Hosted NG 911 Solution. Every day, public safety personnel throughout City of Miami take on the tough challenge of making communities safe. Police officers, firefighters, emergency medical technicians, and other first responders put their lives on the line each day to protect us. The challenge of protecting citizens is greater today than ever before. To help you maintain your community's public safety, AT&T proposes a geographically diverse, IP-enabled call routing and call delivery Emergency Services Internetwork (ESINet) solution for City of Miami. Highlights of the proposed solution include • microData xPBX next generation AT&T Central Office diversed hosted solution • AT&T's next generation F.SINet • MyFloridaNet MPLS and SONET services to connect Central Offices and PSAPs • System support from the AT&T E9-1-1 Service Assurance Center • 24x7x365 system monitoring • Single vendor point of contact E9-1-1 Hosted systems, and network services • Professional installation, project management, and training for all phases of the project AT&T agrees to be bound by the proposal without modification, unless mutually agreed to upon further negotiations between the City and AT&T. The proposal is valid for One hundred eighty (180) days from the date of proposal opening. In the attached proposal, we describe the solution in more detail as it applies to your RFP requirements. Please review the proposal carefully and consider its benefits. We look forward to working with you on this project and helping support your continued success. Sincerely, Miriam Buonomo. ACCOUNT MANAGER 2** Informal RFPs for Fully Managed, Hosted NG911 Solution #284273 2. Table of Contents The table of contents should outline, in sequential order, the major sections of the proposal as listed below, including all other relevant documents requested for submission. All pages of the proposal, including the enclosures, should be clearly and consecutively numbered and correspond to the table of contents. 4. Submission Requirements ili 4.1. SUBMISSION REQUIREMENTS 1° 1. Cover Page iv 2. Table of Contents v 3. Executive Summary 1 4. Proposers Qualifications and Experience 10 5. Methodology and Overall Approach to Scope of Work 23 RFP Response to General Requirements 30 6. Compensation Proposal 141 7. Trade Secrets Exception to Public Records Disclosure 142 8. Additional Information 143 January 17, 2012 Page v AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Informal RFPs for Fully Managed, Hosted NG911 Solution #284273 3. Executive Summary A signed and dated surnmary of not more than three (3) pages containing a comprehensive narrative statement that illustrates its understanding of the requirements of the scope of services stipulated within this RFP. Executive Summary should also briefly address Proposer's Overall Qualifications and Experience, Ability and Capability to Perform Required Services, and Methodology and Overall Approach to Scope of Work, as contained in the submittal. Include the name of the organization, business phone and contact person. Provide a summary of the work to be performed by Proposer. Executive Summary The City of Miami wants to update its critical E9-1-1 public safety communication systems. The City of Miami is at a crossroads in adopting new Public Safety technologies. Constituents demand emergency responsiveness anytime, anywhere, and from any device. In which much like other 911 centers, the City of Miami struggles with how to determine the best path to replace outdated infrastructure so you can harness the capabilities of solutions available today. However, you must ensure that today's purchase is adaptable and flexible enough to take advant ge of the future developments in NENA i3 standards based, Next Generation 911. AT&T supports City of Miami's vision to develop a state -of -the art, next generation Emergency 911 solution. AT&T, its key staff members, and our manufacturer partners sit on important NENA committees. Together, we help define the parameters for standards that will support changes from the current legacy architecture to the NENA 13 vision and beyond. The City has made it clear that this project may extend into the future, with requirements. for AT&T and manufacturer commitments to support equipment for up to 10 years. The City of Miami needs a vendor with experience in order to integrate the solution elements you need today —and provide support for the next 10 years. AT&T has a long term partnership with City of Miami and sees this Public Safety initiative as a natural extension of our historically positive relationship. We believe that AT&T is the most capable partner to satisfy all of City of Miami's current needs while providing the flexibility, both in terms of technology, as well as contract, to accommodate the changes expected over the life of this project. AT&T has the financial strength to survive and thrive in the current economic downturn. When many other companies in this industry are scaling back commitments, AT&T continues to expand. AT&T currently has 68 trained technicians in Miami -Dade and neighboring January 17t, 2012 Page 1 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Informal RFPs for Fully Managed, Hosted NG911 Solution #284273 counties ready to support the AT&T solution. In 2009, AT&T reinforced our corporate commitment to the public safety market by dedicating national organizations to support the sales, engineering, service management, project management, product management, lifecycle management, and customer care. AT&T reali7Ps the importance of this critical group of E9-1-1 professionals. AT&T also understands the challenges of change on the environment and that dedicated experts need to be in place to support the great transformation of the Public Safety technology environment. AT&T performs these functions for more than three thousand Public Safety customers nationwide everyday. Additionally, AT&T has assisted a large number of similar public safety agents of change in their initiatives to install next generation E9-1-1 infrastructures. AT&T has provided numerous references from customers who have successfully installed similar solutions. To help you maintain your community's public safety, AT&T proposes a geographically diverse, Fully Managed and Hosted, IP-enabled call handling solution with mapping for City of Miami. Highlights of the solution include • Fully Managed Hosted AT&T Solution in Geographically Diverse Central offices • Geo-diverse microDATA xSwitch controller with Mapping, and 10 E911 Portable Positions • Fully Hosted and Managed NICE Call Logging Recorder with INFORM reporting. • MyFloridaNet MPLS and SONET services to connect data centers and PSAPs • System support from the AT&T E9-1-1 Service Assurance Center • 24x7x365 system monitoring • Single vendor point of contact for E911 Equipment, E9-1-1 systems, and network services Professional installation, project management, and training for all phases of the project City of- iamrs Vipionsi7d Goals Procure next generation Hosted and Managed Vo1P NENA i3 Based NG 9-1-1 system. Key Advantages if the ALIT&T5ol City of Miami will benefit from the AT&T alliance with microDATA. AT&T will integrate and implement a microDATA Hosted E911 solution with network transport. The City can take advantage of AT&T microDATA's PSAP experience; AT&T has Public Safety 911 systems in 28 Counties in Florida and over 3000 AT&T 9-1-1 installations nationally. Procure a reliable, redundant I P-enabled E9-1-1 network that is compatible with your next generation Vo1P E9-1-1 system Reliability —AT&T proposes a solution that has been lab tested by AT&T with the expectation of extreme reliability. Additionally, AT&T, along with our partner microData, has qualified personnel standing by to maintain the solution and keep it operating as expected. Redundancy —AT&T proposes a solution with redundancy designed throughout the solution —from the pair of dual, redundant Xswitch. January 17t, 2012 Page 2 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t r. Informal RFPs for Fully Managed, Hosted NG911 Solution 1284273 City of Miami's piston and ' ( M'¢ Oa IS Key Advantages of the AT&TSolutionG tR4-'r Y{ ti '.'.h Complexes at each host site, to the redundantly deployed MPLS network and SmartRing with mirrored cores at AT&T Central office Comply with govemment and industry guidelines, inducting NENA and APCO The AT&T solution complies with govemment and industry guidelines. AT&T is an industry leader in E9-1-1 solutions. Our engineers are advisory board members of both NENA and APCO. AT&T also participates in the State of Florida E9-1-1 Board. The proposed system is software based, and is fully aligned with the NENA i3 Standards using Common Off The shelf Hardware_ Select equipment that will accommodate expansion and serve your future NG 9-1-1 needs AT&T has engineered this microDATA x-Solution and associated network to support City of Miami's needs today, and tomorrow.. Since our solution is based on NENA and APCO standards, we can support future E9-1-1 applications. Mitigate the difficulties that often accompany change AT&T has a dedicated Public Safety project management organization to run this project and help ensure a smooth transition from your legacy system to NG E9-1-1. Additionally, AT&T has proven experience installing similar solutions in Florida, the Southeast and nationwide. Obtain customized service and support . With complex new technologies, City of Miami needs a vendor who will be there for you. The AT&T solution offers around -the -clock system monitoring and maintenance, certified technicians, and a single vendor point of contact for the City's complete E 9-1-1 solution. A Next Generation 9-1-1 solution for City of Miami The AT&T solution includes three major components that work together to provide a complete E9-1-1 solution for City of Miami. These elements are 1. Fully Managed and Hosted NG911 System with Mapping and Call recording 2. A SONET based AT&T SmartRing 3. MFN IP network transport With AT&T as your single E9-1-1 provider, implementation and integration among the components is simple and efficient. Since AT&T already provides your PSTN, legacy E9-1-1 equipment and network, Internet, and mobility, your transition to NG 9-1-1 will be smooth. The solution is illustrated below. January 17'h, 2012 Page 3 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t informal RFPs for Fully Managed, Hosted NG911 Solution #284273 - AT&T:. oq P mm+ NG E9-1-1 Solution Overview We describe these elements in more detail below. Customer Premises Equipment AT&T has reviewed the specification and Requirements City of Miami has detailed in the RFP. AT&T has deemed the MicroDATA XSWITCH solution to be the most effective architecture to support the needs of City of Miami. Launched in 2005, MicroDATA xSWITCH improves the effectiveness for more than one thousand E9-1-1 call -takers every day, and has enabled PSAPs to enter the realm of Next Generation E9-1-1 services. Renowned for its reliability and ability to address specific public safety needs, xSWITCH is the premier E9-1-1 VoIP controller of choice for PSAPs. MicroDATA xSWITCH offers outstanding benefits to the City of Miami- scalability, fault tolerance,.sma11 footprint, SIP -compliance, and the ability to be deployed in a variety of local, host, and remote configurations. • January 17th, 2012 Page 4 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Informal RFPs for Fully Managed, Hosted NG911 Solution ft28427'3 MicroDATA xSWITCH Automatic Call Distribution (ACD) provides flexible call distribution to agent positions via multiple ACD algorithms. Multiple queues allow multi -site deployments that are tuned to the needs of individual PSAPs. AT&T provided microDATA xSWITCH and included xPBX provide the =' following telephony feature sets: r • Is highly fault -tolerant and designed to be fully redundant. No one function will be affected by a single failure. In most rases, there are fully redundant standby systems where failure results in no loss of functionality. • Is scalable. The City of Miami's solution can be expanded to accommodate growth and expansion if needed without a forklift of any equipment • Delivers high performance_ The networking architecture relies solely on IP connectivity and operates on a high -spell, gigabit backbone, with managed Ethernet switches supporting QoS for guaranteed voice quality. • Is based on the industry standard Session Initiation Protocol (SIP). This helps ensure a rich voice and data feature set, and the ability to natively communicate with other SIP compliant devices and networks. • Is fully aligned, and was engineered to support NENA i3 industry standards for native Vo]P E9-1-1 calls when such service is available. • Is specifically engineered to support multiple remote positions for distributed PSAP operations and central management. • Provides complete support for the'expected capabilities and interlaces your PSAP needs, including TDDl11Y, call detail printing, CAD interface, redundant ALI links, and call check recording. • Supports network time protocol (NTP) master clock source. • Can be delivered fully staged from the factory, allowing rapid deployment. Remotely manageable and upgradeable, MicroDATA xSWITCH provides rapid and lower -cost maintenance. • Uses a browser based, clientless management interface that facilitates anytime, anywhere maintenance. • Carries both voice and data on a single physical network, and easily accommodates future technologies as they become mainstream, such as IP Automatic Location Information (AU .. January 17`", 2012 Page 5 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Informal RFPs for Fully Managed, Hosted NG911 Solution #284273 Remote Site Support The use of IP as the unique protocol for the transmission of voice and data greatly simplifies the task of deploying remote positions and sites. With the backroom components and the application servers installed in Diverse AT&T Central offices, IP connectivity is all that would be required to deploy fully -functional IWS positions. AT&T has proposed 10 Mobile workstations per your specifications. In addition, x PBX IP phones will be deployed across the data network to provide administrative phone extensions in an extremely cost effective manner. It is important to note that from a service and maintenance perspective, the deployment of backroom components at Hosted locations greatly reduces the number of devices located at remote sites and dramatically reduces the necessity of dispatching technicians on site. Immediate benefits are cost savings and increased quality of service to the PSAPs and thus, to the public. Return on Investment The AT&T proposed microDATA xS WITCH provides an unprecedented return on investment for the City of Miami. Starting with a lower part count than traditional CPE, microDATA XSWITCH delivers a system that is easier to install, easier to configure, easier to maintain while still delivering the richest VoIP experience available for Public Safety deployments. The proposed microDATA xSolution continues AT&T's tradition of innovation and our commitment to giving public safety agencies the POWER to RESPOND. AT&T has proposed the microDATA xSWITCH solution, mapping, ACD, and MIS applications. AT&T also offers the City the ability to add in other AT&T/ microDATA applications that integrate with the proposed solution. Should the City want to move to a fully i3 ESINet for delivery calls and content in the future, the proposed system is ready now to accept that technology. Fully Managed, Fully Hosted NG911 Call handling AT&T will engineer a geographically diverse IP-enabled NENA i3 call handling solution for the City of Miami. The solution provides a secure IP-based network with enhanced call handling capability and no single point of failure. The City of Miami has challenges in its existing footprint, datacenters, and infrastructure. There is simply no room to put a new system into 'the space next to the Legacy System in production now. Limited, space, limited resources and loss of IT staff are challenges that many govenrment January 171h, 2012 Page 6 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsit Informal RFPs for Fully Managed, Hosted NG911 Solution #284273 agencies like yours face. This AT&T proposed solution solves those problems, by moving the back office call handling equipment back into "the cloud", and AT&T manages and maintains all of this gear 24x7x365. With no single point of failure, and geographically diverse, the AT&T solution includes two microDATA xSwitch complexes, located in diverse AT&T Central Office facilities in Miami and Palm Bearh County. AT&T will implement, monitor, and manage these complexes 24x7x365 to insure that the City has the most reliable and robust solution available'in the market today. We will connect these complexes with redundant AT&T Network elements and insure their reliability by using AT&T SONET based SmartRing technology. One network, One platform all managed by a company you trust...AT&T. IP Network Transport for City of Miami NG 9-1-1 The following network transport elements will support City of Miami's Next Generation 9-1-1 solution_ 1. MyFloridaNet (M N) 2. AT&T SONET SMARTRingTM These AT&T network elements will integrate efficiently so the City of Miami will have a fully redundant, reliable, and robust IP network from a single provider. Because of the variety of AT&T transport methods available to City of Miami, we can choose the most efficient and cost- effective network for your solution. frame Relay MyFloridaNet Core. Page 7 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Informal RFPs for Fully Managed, Hosted NG911 Solution #284273 City of Miami NG911 SIVIARTRing wi-th FVIFN 21%4 Internet for rriote Connectivity 'Pub liFSafetv Provided ZiN4 internet.foe Renote connctWitY Public SafetY .F;rOvicied 27 50.1%A. diverSe. SafeXY:PviOd tral;de. to 8, Miami NCC uSt.Nocie!,..t. ,--teliai in- j Grande BIM F/IiiIF N Coo node Mini PD.. E Palm BaBc1-k Gardens-NCC Fire College BM, •13pcp: CO •BIVI.Ft Ivi•FN • Both the Grande and:Pain-I B-each NCC will Ilave"a".33M MFflconnectjofl toier$eBMF's. Both 'Miami p and Fire College Will have 27-1.21v1:1VIFN cOnneetiOnStilat,VAP1-0:rie_ on the SIVA.4.1KMng., .one iiII go tothe rviiami BIAF and the pthei-to the Boca BIVIF for redundancy at each location. tity Of Miami N1G911 IVIFN only design fr Irvic-r.ramt. it•Orno*. cSofey afrd , . Gram4e.00-13:i. " NCC • Miarni Grande, BrOF/ivl#N PD. Fire College Back tin site ..4- • ';j.1,.'. - t:..'..fl • .11:c.tt." In ;;;Ar''.. • Bc'P .a -F . , Both the Grande anCI-Palth Beach *NCC •haveaZBIV1 MFN connection to' cliversetwirs. Botli,Miarni-PC...and Fire C.011ege haV4.27121VI MN .connection Oriewili;go.to the rvliam;- EVIF nd:theiOtlier.'to the oc B !OF for rc.14...ErIcr4ey'l Of 0.a.0-b Iocz4tiPh• PIese note there i January 17`", 2012 Page 8 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct informal RFPs for Fully Managed, Hosted NG911 Solution 4284273 Experience Today, AT&T provides system integration services to large and small public safety agencies through its Public Safety Solutions Group, which speciali7Ps exclusively in emergency communications and information systems. AT&T is the E9-1-1 provider for City of Miami's neighboring counties of Monroe, Broward and Palm Beach. AT&T provides reliable and collaborative support and the simplicity of a local account team. Unlike companies that may have to piecemeal services and support on a site -by -site basis, you'll receive ongoing, reliable, and coordinated support from your AT&T Account Team We have extensive experience with a wide portfolio of communication products and service —from E911 Equipment to MyFlorida.net—and we're experts at designing solutions to match the needs of governments like the City of Miami. Your Account Team members will provide ongoing support for all of your AT&T services. AccountTeam:7Vlember Miriam Buonomo Mitch Feinsod Silvia Diaz Beth Wisniewski Darren Light Espe Diaz -Bello Jean-Claude Rizk • Title. Account Manager Service Manager, E9-1-1 Technical Consultant, E9-1-1 Technical Sales Engineer Technical Sales, E9-1-1 Sales Manager 4 Branch Manager, E9-1-1 Southeast Corbett House Technical Manager, E9-1-1 Telephone 305-569-7325 1 mb0481 @att.com 386-715-0111 mf1915@att.com 561-640-6624 sd5805 @att_com 954-838-1750 ew8942@att.com 407-245-2055 ' d14389@att.com 305-569-7326. ed6554@att.com 404-829-6862 Jr5503@att.com 925-831-4642 ch2313 @ att com Rusty Rhodes ; Vice President, Florida 407-245-2100 rr1722@att.com Failure is not an option E9-1-1 service is a critical utility that can not experience failure. Your vision and requirements are complex; therefore, you must choose a trusted vendor to implement your solution. The City of Miami and its constituents cannot tolerate a failure to deliver. AT&T stands ready with previous installation experience, the right alliances, the right solution set for the City of Miami, the resources to support the installation and long term care, and the financial strength to offer the City the highest confidence in success. AT&T looks forward to expanding our relationship with the City of Miami as we execute this high visibility, high priority project. Thank you for your consideration of our proposal. January 17th, 2012 Page 9 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible 4. Proposer's Qualifications and Experience a) Describe the Proposer's organizational history and structure; years Proposer has been in business providing a similar service(s), and indicate whether the City has previously awarded any contracts to the Proposer. AT&T Response: In 1876, Alexander Graham Bell invented the telephone. That was the foundation of the company that would become AT&T — a brand that has become synonymous with the best, most reliable telephone service in the world. In 1984, through an agreement between the former AT&T and the U.S. Department of Justice, AT&T agreed to divest itself of its local telephone operations but retain its long distance, R&D and manufacturing arms. From this arrangement, SBC Communications Inc. (formerly known as Southwestern Bell Corp.) was born. Twelve years later, the Telecommunications Act of 1996 triggered dramatic changes in the competitive landscape. SBC Communications Inc. established itself as a global communications provider by acquiring Pacific Telesis Group (1997); Southern New England Telecommunications (1998) and Ameritech Corp. (1999). In 2005, SBC Communications Inc. acquired AT&T Corp., creating the new AT&T. With the acquisition of BellSouth in 2006, and the consolidated ownership of Cingular Wireless and YP.com, AT&T is positioned to lead our industry in one of its most s g,nificant transformations since the invention of the telephone more than 130 years ago. For more information about AT&T's history please click on the link below http://www.corp.att.com/history/ Ownership Structure AT&T Inc. is a publicly traded corporation. We are an independent, publicly traded telecommunications services provider headquartered in Dallas, Texas. No single person owns more than 10% of the company. January 17th, 2012 Page 10 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. et&t Rethink Possible We're a global communication leader who's able to offer you innovative new services and products. b) Provide a list of all principals, owners or directors. AT&T Response: The names and titles of the AT&T Corp. officers are • . John J. Stephens —Director • Wayne Watts —Director • John T. Stankey—President and Chief Executive Officer • William M. Archer —Chief Marketing Officer • Andrew Geisse—Executive Vice President, Global Customer Service • Frank Jules —Executive Vice President, Global Enterprise Solutions • Cathy Martine—Dolecki—Executive Vice President, Small Business Solutions and Alternate Channels • Kathryn Morrissey Executive Vice President, Wholesale and Government, Education, and Medicine (GEM) Kevin Robert Peters —Chief Marketing Officer • • Eric D. Boyer —Senior Vice President Service Assurance • Gerry R. Chicoine—Senior Vice President Audit Services and Chief Compliance Officer • Andrew A. Dzerovych—Senior Vice President Service Delivery • Daniel J. Fete —Senior Vice President Finance • Thomas Harvey —Senior Vice President AT&T Government Solutions • Donald.G. Herring —Senior Vice President Network Sourcing • William C. Huber —Senior Vice President Customer Experience Engineering • John Langhauser—Senior Vice President and General Counsel • • Gary M. Ludgood—Senior Vice President Global Network Field Operations • Greg McCastle—Senior Vice President AT&T AdWorks • Rick L. Moore —Senior Vice President Corporate Development January 171h, 2012 Page 11 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible • Richard P. Resnick —Senior Vice President Service Management • Lawrence J. Ruzicka-Senior Vice President Taxes • J. Mark Schleyer—Senior Vice President Corporate Real Estate • Daniel T. Walsh —Senior Vice President Advanced Enterprise Solutions • Dave Albano —Vice President Premier Client Group • Tod A. Clarno---Vice President Taxes • Bill Daumer—Vice President National Tnformation Systems • Andrew M. Edison —Vice President ABS Business Operations • Randall Hargraves —Vice President Global Internet Data Center Operations • Laurie Hay —Vice President Customer Care Ordering • Christopher K. Hill —Vice President Advanced Enterprise Mobility Solutions • Kevin Leonard —Vice President Alternate Channels • Russ McFadden —Vice President Asset Management and Transactions • John Potter —Vice President "As a Service" Solutions Pete Schaffer —Vice President Finance • Ellen Spano—Vice President and Assistant Secretary • Jeffrey Tutnauer—Vice President Property Tax • George B. Goeke—Treasurer • Wayne A. Wirtz —Secretary • Jeffrey Chambers —Director Taxes .• Neil Cobb —Executive Director Project Management • James F. Dionne —Executive Director Accounting • Karen Diorio—Director Taxes • Rich Kurth Executive Director Customer Contracts • Sandy Markiewicz Executive Director Customer Contracts • Judith L. Lagarde—Director Interconnection Agreement • Deborah R. Bierbaum-Assistant Secretary .• Michele M. Blazek—Assistant Secretary January 171h, 2012 Page 12 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible • .Michael R. Dacey—Assistant Secretary • Jeston Dumas —Assistant Treasurer • David M. Eppsteiuer—Assistant Secretary • Carl D. Forbis—Executive Director Taxes • Martin Hotchkiss —Assistant Secretary • Arthur M. Kirchoffer Jr. —Assistant Treasurer • Lawrence J. Lafaro—Assistant Secretary • Elaine Lou Assistant Treasurer • George R. (Ridge) Loux—Assistant Secretary • Robert Murphy —Assistant Secretary • Deborah W. Perantoni—Assistant Secretary • •Joelle Phillips —Assistant Secretary • • Richard A. Rocchini—Assistant Secretary • Richard J. Sinton—Assistant Secretary • Marilyn S. Spracker—Assistant Secretary • James Talbot —Assistant Secretary • Richard G. Vartain—Assistant Secretary • Christopher Vrana—Assistant Secretary • Brad Walter —Assistant Secretary • Leonard Weitz —Assistant Secretary • Paul M. Wilson —Assistant Secretary AT&T is proud of the outstanding and talented members of our Board of Directors. To learn more about our board members, you may view their biographies online at http://www.att.comigen/investor-relations?pid=5629 Because our leadership is strong, we are one of the world's leading telecommunications providers. January 17'h, 2012 . Page 13 • AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsa Rethink Possible City of Miami previously awarded RFP, RFI, RFQ to BellSouth Telecommunications, LLC, dba AT&T Florida ("AT&T') • June 1 lth, 2003 Request for Proposal Wide Area Network (WAN) Communication Services RFP 02-03-100 • June 2nd, 2008 - Request for Proposal to Provide Network Backbone Equipment Maintenance 75163 -c) Provide a complete list of clients for which Proposer has provided a similar service as required in this RFP, and that can attest to the operation and management, and/or other relevant experience, of Proposer. This list should include those governmental entities of a similar size and diverse population to the City for whom services have been performed within the past three (3) years. Include the overall value of the contract, and include the address, phone number(s), email address and contact persons within each organization. References are subject to verification by the City and be. utilized as part of the evaluation process. AT&T Response: Our references are: Palm Beach County Florida Steve Booth — 911 Coordinator 20 South Military Trails West Palm Beach, Fl 33415 Tel: 561 712-6386 Email: sbooth@pbcgov.org Value of Contract: $16,200,000.00 AT&T has proposed and is implemented in a phased delivery, a geographically diverse, IP enabled call routing Emergency Services Internetwork (ESlnet) solution for Palm Beach County. This solution utilizes two hardened AT&T,facilities approximately 150 miles apart to accommodate significant weather such as a hurricane. The routing solution is fully . redundant with automatic failover which requires no manual intervention. The solution also features multiple call routing schemes, physically diverse trunk routing through multiple wire centers and multi homed disparate networks for fault tolerance and redundancy. The solution also integrates a localized ALI database utilized for call . routing. This deployment utilizes microDATA xSR technology at the Core of this ESINet January 17`h, 2012 Page 14 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible Brevard County Florida Debbie Sands — 911 Coordinator 2725 Judge Fran Jamieson Way Viera, Fl 32940 Tel: 321 690-6846 Email: deborah.sands@brevardcountv.us Contract Value: $12,200,000,000 AT&T has proposed sold implemented in a phased delivery a geographically diverse, IP enabled call routing and call processing Emergency Services Internetwork. (ESlnet) solution for Brevard County. This solution features two AT&T hardened facilities to accommodate significant weather for the call routing equipment In addition, we are utilizing two geo diverse hardened secure data centers located inland for two of three VIPER hosts. The third VIPER host is located at a customer Emergency Operations Center. The routing solution is fully redundant with automatic failover which requires no manual intervention. The solution also features multiple call routing schemes, physically. diverse trunk routing through multiple wire centers and multi homed disparate networks for fault tolerance and redundancy. This deployment utilizes microDATA xSR technology at the Core of this ESINet Lake County Indiana Jeff Cicillian — 911 Coordinator 2293 N. Main Street Crown Point, IN 46307 219-755-3414 (office) ciciljx@lakecountvin.org Lake County, Indiana is a hosted solution. The host is in an AT&T facility located in Crown Point, Indiana and T1's are used for connectivity to the PSAP. The agreement was approximately $10.5M. There are 18 PSAP's served off of the Patriot with a total of 54 positions. They are using Sentinel Patriot, Aurora, and Orion Vela. Contract Value: $ 10,000,000,000 d) Provide a list of clients that have, for whatever reason, discontinued to use your services within the past three (3) years, and indicate the reasons for the same. The City reserves the right to contact any reference as part of the evaluation process. January 17`h, 2012 Page 15 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible AT&T Response: AT&T is a large communications company with an international presence. As such, it has contractual relationships throughout the,United States with numerous customers. Although AT&T is committed to honoring its obligations to all of its customers, and makes every effort to comply, parties may differ. For more than 100 years and across the globe, AT&T has provided communications services and has stood at the forefront, leading the way with innovative products and services. Since that time, we have made it our goal to provide the best communications services at the best value for all of our customers using the highest ethical and legal standards. • Given the long history, the sheer size of the corporation and the number of jurisdictions where AT&T operates, it would be impractical to provide complete information at this time. Termination of services by other clients, if any, will have no impact on AT&T's ability to perform under this RFP. e) Describe the overall size of Proposer; overall number of personnel of Proposer; total number of technical/support employee(s) company -wide. AT&T Response: AT&T has more than 258,000 employees and more than 22,000 technicians. f) Provide detailed background and experience in providing an E911 Hosted Solution for at least three (3) municipalities similar in size to the City of Miami within the last three (3) years. AT&T Response: Palm Beach County Florida Steve Booth — 911 Coordinator 20 South Military Trail West Palm Beach, F133415 January 17t, 2012 Page 16 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible AT&T is implemented in a phased delivery, a geographically diverse, IP enabled call routing Emergency Services Intemetwork (ESlnet) solution for Palm Beach County. This solution utilizes two hardened AT&T facilities approximately 150 miles apart to accommodate significant weather such as a hurricane. The routing solution is fully redundant with automatic failover which requires no manual intervention. The solution also features multiple call routing schemes, physically diverse trunk routing through multiple wire centers and multi homed disparate networks for fault tolerance and redundancy. The solution also integrates a localized ALI database utilized for call routing. This deployment utilizes microDATA xSR technology at the Core of this ESINet Brevard County Florida Debbie Sands — 911 Coordinator 2725 Judge Fran Jamieson Way Viera, Fl 32940 AT&T implemented in a phased delivery a geographically diverse; IP enabled call routing and call processing Emergency Services Intemetwork (ESlnet) solution for Brevard County. This solution features two AT&T hardened facilities to accommodate significant weather for the call routing equipment. In addition, we are utilizing two geo diverse hardened secure data centers located inland for two of three VIPER hosts. The third VIPER host is located at a customer Emergency Operations Center. The routing solution is fully redundant with automatic failover which requires no manual intervention. The solution also features multiple call routing schemes, physically diverse trunk routing through multiple wire centers and multi homed disparate networks for fault tolerance and redundancy. This deployment utilizes microDATA xSR technology at the Core of this ES1Net Lake County Indiana Jeff Cicillian — 911 Coordinator 2293 N. Main Street Crown Point, IN 46307 Lake County, Indiana is a hosted Sentinel Patriot solution. The host is in an AT&T facility located in Crown Point, Indiana and T1's are used for connectivity to the PSAP. The agreement was approximately $10.5M. There are 18 PSAP's served off of the Patriot with a total of 54 positions. They are using Sentinel Patriot, Aurora, and Orion Vela. January 171h, 2012 Page 17 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible In addition to the above references we are including customer satisfaction letters at the end of this tab g) Describe proposer's ability and capability to provide online technical support, telephone support, and after hours emergency support. AT&T Response: Our trained specialists will support your service around the clock. The AT&T NOC and help desk will continue to support the City of Miami as it does today, our Network Operations Center operates 2417/365. The AT&T E9-1-1 NOC is the single point of contact for all 111 Public Safety Answering Points in the State of Florida. The center is responsible for timely resolution for all PSAP CPE and/or network related issues. The AT&T proposed solution includes built-in switch alarms that will notify designated AT&T, and City of Miami personnel of any system issue. AT&T NOC Operations AT&T monitors the network and CPE equipment 24/7/365 via the Manta 2000 monitoring system. AT&T will notify the appropriate personnel in the event of major/critical outages. AT&T can capture different diagnostic data from multiple sources to aid in trouble isolation. These sources include Manta 2000, Legacy DMS100 Tandem Switch, NG911 CPE Servers, AT&T database reports, and experience we gained from servicing the City of Miami for 30 years. AT&T will use all available data for diagnostics, our plan of resolution, and completion of repair. NOC Operations for AT&T's Next Generation Solution AT&T will monitor the network and call handling services 24/7/365 via a'suite of state of the art monitoring tools. AT&T will notify the appropriate City of Miami personnel in the event of major/critical outages. The AT&T solution includes remote monitoring capability using a secure VPN tunnel to provide 24x7 real time remote monitoring. AT&T monitoring and response advanced network management tools allow for remote control, and remote system management. AT&T Monitoring and Response provides pre -failure hardware notification, and January 171', 2012 Page 18 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible generates alerts on service/device state changes, runaway processes and memory leaks. It collects and stores user -defined performance counters, and stores event log messages, performance data, and configuration data in a centralized database. E911 Center Escalation Guideline External Escalation Intervals Level •Contact Responsibility Service Affecting - at request of customer, and in accordance with E911 job Aids located on the website http://nrc2.mtc.bst.bls.com/nrchome/e911/ Initial Trouble report response — E911 Maintenance Administrator /Testing Technician/ Review Customer Request and keep customer updated Escalate as needed to field work group, SSIM, and or Duty Supervisor 800 553 2811 Option 1 (7)(24x365) One hour from trouble receipt or sooner if customer impact is severe First Level Escalation — E911 Duty Supervisor Review status ticket Escalate as needed to field Supervisor Monitor ticket progress Notify ATS (RTSG) Support when appropriate 800-553-2811 (7x24x365) Ask any manager for a first level escalation 3 hours from trouble receipt or sooner if customer impact is severe Second Level Escalations -Network Technical Support Status Customer Escalate as needed to SSIM Area Supervisor Monitor ticket ' Kelsey Driver Office: (404) 499- 3702 Cell: (404) 307- 1536 January 17th, 2012 Page 19 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible Escalation Intervals Level Responsibility Contact Manager — Escalation Manager Progress/ documentation Notify Area Manager- E911 when appropriate E-mail: kdO281@att.com 6 hours from trouble receipt or sooner if customer impact is severe Third Level Escalation — Network Technical • Support Manager • Insure adequate resources are available and engaged for prompt resolution Update customer as appropriate Escalate as needed to appropriate levels Notify WCS Director if appropriate Deborah Fontenot Office: (404) 499- 5271 Cell: (404) 775- 9192 E-mail: df2097@att.com 8 hours from trouble receipt or sooner if customer impact is severe • - Fourth Level Escalation -E911 Area Manager • Insure adequate resources are available and engaged for prompt resolution • Update customer as appropriate Escalate as needed to appropriate levels Telesa Cook Office: (314) 658 5339 Cell: (314) 422- 3554 E-mail: tc1741@att.com 24 hours from trouble receipt or sooner if customer impact is severe • 5th Level and Higher Escalation Escalate to appropriate (levels Update customer as Anthony Dragon Office: (312) 496- 2280 Cell: (847) 471- January 17th, 2012 Page 20 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible Escalation Intervals Level Responsibility Contact - Assistant Vice President Network Services appropriate Notify WCS VP if appropriate 5784 E-Mail: ad8480 C® att.com AT&T SE E911 This guideline represents the maximum permissible time before escalating to the next level. This does not indicate that all troubles will necessarily be resolved within these time frames. When escalating a problem, it is important to provide the following information: • Customer's name PSAP ID and telephone number • Active WFA ticket number(s) • Trouble Location (Host / Remotes) • Numbers of users affected • Trouble description (e.g., out of service, service degraded, etc.) • The action or resolution requested Important • Call the office phone before escalating via a page or text message to AT&T management. Important information about the manager's availability and/or contact information for the appropriate person in charge when the manager is out of the office may be left on the voice mail's greeting message. • Field Work Group personnel may choose'to escalate the problem more quickly based on service impact to the customer. • AT&T Management reserves the right to not escalate if satisfactory progress is being made. BOMB .Threats, Annoyance calls, Subpoena Compliance, etc. 1-800-813-6442 M-F 7am-4pm January 171h, 2012 Page 21 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atszt Rethink Possible 1-800-635-6840 After Hours/ Weekends January 17th, 2012 Page 22 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible 5. Methodology and Overall Approach to Scope of Work a) Discuss in detail Proposer's Overall Methodology and Approach to the work to be performed as required under Section 3, Specifications. The proposer shall address all key areas as defined in Section 3, Specifications. AT&T Response: Our response includes both a NG911 Fully Managed Hosted Solution as well as the Network Infrastructure required to support the Data Transport. Upon contract award, an AT&T Project Manager will be assigned to engage team members throughout the AT&T organisation to help ensure their commitment and understanding of the project requirements. The PM will schedule a kickoff meeting with the City of Miami E9-1-1 group, including the City's IT department. During the kickoff meeting, we will establish roles and responsibilities and reach a mutual agreement with City of Miami on strategic objectives, plan of approach, priorities, and timelines. AT&T Project Management is provided at no additional charge. SAMPLE PROJECT PLAN • iD Task' Name. - :duration , Eight days 4 tart antsh predecessor:" 1 Work Breakdown Structure (WBS) Initial Activities 2 Review handoff package for completion of all appropriate documents One day 3 identify project team members One day 4 Issue Circuit Capacity Manager (CCM) package (RF1004 and configurators) Two days 5 Order new EMNTs [E9-1-1 trunks] if appropriate One day January 17'h, 2012 Page 23 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible 1D `.ask`Name '" Jv ''' -f .. Fa-' a�� � ��, uratiion One day = Mart ; ¢.}•.:finish' Predecessor,: 6 Issue request to Internal Provisioning Center for new HPHZs [ALI circuits:9.6] and 1OFs [Official Service Lines] if appropriate. Note 1: Add one 1 OF for a Remote Emergency Access. Line on RJ-11 C/update RF 1004 with telephone numbers for Network Orange and DB1 7 Schedule and conduct internal project kick-off meeting (should include hand-off of all information and documentation from Account Team. The implementation team should accomplish the following and any other appropriate project activities Two days 8 Circuit Capacity Management [CCM] 10 days 9 Pull CCM Parts from configurator One day 10 Review parts list with Vendor Engineer Two days 11 Develop Telephone Equipment Order (TEO) One day• , 12 Release TEO to Vendor One day . 13 Acquire firm ship date from Vendor Two days 14 Distribute copy of TEO to Special Services Installation and Maintenance (SSI&M) and WBS PM One day 15 WBS PM confirm Quote and TEO match One day • 16 - WBS PM send BellSouth Works request to CSA for service order issuance One day 17 Vendor pre -order responsibilities 18 days 18 Develop PSAP site package Five days 19 Develop staging configuration package 10 days • 20 Distribute PSAP site package Two days 21 Initial PSAP Site Visit Three days January 171h, 2012 . Page 24 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsa Rethink Possible - 22 . Scheduleand conduct external - pProject kick-off meeting with City of Miami Two days 23 Present project plan, scope, and charter One day 24 Coordinate physical site review and provide PSAP site preparation practice One day 25 Gain the Citys concurrence as appropriate One day . 26 WBS PM Five days 27 Gain team's acceptance of finalized project plan One day 28 Verify that due date of E9-1-1 trunks and admin lines meet start installation date One day 29 Verify that due dates of ALI circuits and official service lines meet start installation date One day 30 Send request to CSA for equipment service order issuance Two days 31. Schedule follow-up site review of physical requirements Two days 32 Follow-up site visit with City of Miami One day 33 Coordinate follow-up site review of physical and electrical requirements One day . - 34 Help ensure that City of Miami's requirements are completed (as appropriate) One day 35 Finalize project scope & charter document One day 36 Use change control plan to govem any changes to project scope One day 37 Finalize project plan with the County and establish delivery and tum up dates. It is recommended that host and remote sites be planned for different tum-up dates with the host scheduled first. One day January 17h, 2012 Page 25 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsit Rethink Possible ID ` jn ' xrn r; 03 y , .. '? , -dec uor 38 Advise the City of training schedule for PSAP administrator One day ' 39 Gain City of Miami's agreement One day 40 Appropriate teammembers and the City approve (sign) E9-1-1 PSAP site requirements One day - 41 If site is not ready, establish new One day 42 Request a network architecture diagram and microDATA Address Template (Excel spreadsheet) from microDATA. (Do Not modify format.) The microDATA IP address template should be forwarded to our internal maintenance at RTSG E911, 911 One day 43 Forward network architecture Diagram template to RTSG at RTSG E911, 911 center,and One day 44 Vendor activities 18 days 45 Order appropriate software and One day 1 46 Receive system in staging Center Eight days .. 47 Stage and test system Seven days 48 Prepare and ship system One day • 49 Submit a network architecture diagram and microDATA IP address template (for system monitoring by 911 Center) to One day . 50 Site installation SSI&M and WBS Five days 51 SSI&M locate plug & play binder One day 52 WBS PM validate equipment inventory complete with SSIM One day January 17th, 2012 Page 26 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible 53 'ask Name �:r' z � WBS PM advise CCM of additionaVmissing parts and hold buration . T4"Start One day . '1.' ! frus i ,Predecessor ' 54 SSI&M received damaged equipment and parts should follow return material authorization One day 55 SSI&M install mD xSR: E9-1-1 trunks, admin Lines, and ALI circuits to backroom. If remote site, provision T1 from host to Five days 56 SSI&M install KVM switch in cabinet and Connect KVM cables from servers to keyboard, monitor Five days 57 SSI&M connect CAMA Gateway to rear -mounted punch -down Five days' 58 SSI&M connect administrative gateway to rear -mounted punch - down block via 25 pair amphenol Five days 59 SSI&M connect CAMA 911 Trunks, Admin lines to system via Five days - 60 . SSI&M connect CAT.5 patch cords from CAMA & Admin Gateway equipment to Ethernet LAN switches. Five days 61 SSI&M connect CATS patch cords from Server NIC cards to Ethernet Five days 62 SSI&M connect backroom server Five days 63 SSI&M if a remote site is engineered, conriect CISCO Five days ' • 64 SSI&M install network monitoring Five days 65 SSI&M place 3-4 CAT 5 cables from back -room to each X Tracker position Five days January 17t°, 2012 Page 27 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsit Rethink Possible ask`Name ` , , { '.- :'f�` 1..` ur'ation ^ Five days intsh :Predecessor 66 .` SSI&M install Host mD 911 positions and connect cables at each position (NICs, CCB & satellite box, sound cards, IP 67 SSI&M assemble workstations and connect cables at each position (NICs, CCB & satellite box, sound cards, IP phones, power cables, etc.) Five days 68 SSI&M connect UPS Five days . 69 SSI&M boot PCs, checking correct software configuration and perform PING Five days 70 SSI&M install CDR printer and connect backroom server to CDR Five days 71 SSI&M install VIPER configuration changes since pre - Five days . 72 SSI&M install mD xSR configuration since pre -staging Five days 73 • SSI&M test all trunks at each Five days 74 SSI&M test ALI information on Five days 75 SSI&M test mD xSwitch transfers and configuration options at all Five days 76 SSI&M test other vertical services Five days 77 Joint SSI&M/CSPC activities Five days 78 SSl&M contact Circuit _ Provisioning Center (CSPC) to Five days 79 CSPC access Mantaprobe to Five days 80 CSPC access line Logg-R and Five days 81 CSPC test discreet alarms Five days 82 CSPC build WFA ticket to indicate Five days ' January 17t, 2012 Page 28 AT&T Proprietary: The information contained herein is for use by authorized persons only and Is not for general distribution. at&t Rethink Possible PSAP in test stage 83 CSPC/SSI&M test circuits with Network Reliability Center (NRC) Five days 84 CSPC/SSI&M test network Orange critical, major, minor, and shelf down alarms Five days 85 CSPC coordinate with Interdepartmental contacts Five days 86 PSAP training Two days 87 Vendor conduct PSAP System Administrator and Call Taker Training based on negotiated contract and needs for either pre- tumup or post turnup sessions or both Two days 88 PSAP turn -up One day 89 WBS PM confirm with CSPC and SSI&M tests completed and system ready for turn -up One day 90 CSPC notify Intrado to change status of HPHZs from test to live One day 91 CSPC notify Network Reliability Center (NRC) PSAP is cutting to live operation One day 92 NISC move old routing number to new E9-1-1 trunk group One day 93 . CSPC monitor system operation and take corrective action as required One day 94 WBS PM conduct post cutover review and establish action plan (as appropriate) One day 95 Post cutover close-out Five days 96 WBS PM coordinate post cutover review, establish action Plan (as appropriate), and identify lessons Teamed One day 97 v WBS PM schedule intemal project team to review implementation and agree implementation complete (vendor PM, E9-1-1 Service Manager, SSI&M, CSPC, CCM OCP/BIC, transmission One day January 17th, 2012 Page 29 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible .: y .. ,..:, "f' . M' j SY aiYtt .- 1�. Y�.ixrr �{„r , . * kl, :- 13 f},QfS f , �: Mt 4 I I rt .. A � F_ • t .„, _2„ ede eseor engineer, NRC, etc.) 98 WBS PM schedule external meeting with City of Miami to review project plan and obtain One day City of Miami's agreement that SOW requirements met 99 WBS PM advise SSI&M and NRC via email to AT&T resource that One day PSAP in maintenance mode 10 WBS PM transition to E9-1-1 One day 0 Service Manager and advise the City that hosts with remote sites; all alarms will appear at the host site and NRC will contact the host . and remote (if appropriate) with trouble resolution 10 E9-1-1 Service Manager update One day 1 PALS database 10 E9-1-1 Service Manager cover One day 2 City of Miami on disaster recovery plan 10 Final bill review 30 days 3 10 WBS review first bill with City of 30 days 4 Miami RFP Response to General Requirements General Requirements (Mandatory unless indicated Desired) Ability to partition the phone system into two. (2) PSAP's with distinct call handling business rules. AT&T Response: Comply. The entirely software -based Automatic Call Distributor (ACD) that is part of this solution applies locally managed business rules that are based upon a variety of January 17th, 2012 Page 30 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible parameters. As part of the overall system, xSwitcbTM views all PSAPs as a single environment and can deliver calls based upon pre -established routing configurations. Ability to route incoming calls utilizing geospatial business rules determined by the system administrators. Must have the ability to instantly change call routing flows by time of day and associated timers or other parameters "on the fly." AT&T Response: Comply. The Automatic Cal Distributor (ACD) offers incoming calls to available PSAP agents based upon a variety of parameters. As part of the overall system, xSwitchm views all PSAPs as a single environment and candeliver calls based upon pre -established routing configurations. This integrated ACD functionality allows many locally customized delivery options, including day -of -week and hour -of -day call routing. Ability to distribute incoming 911 calls to either the Primary or Secondary PSAP utilizing automatic call distribution based on skills based routing definable by business rules defined for use by the main PSAP. AT&T Response: Comply. The Automatic Call Distributor (ACL)) offers incoming calls to available PSAP agents based upon a variety of parameters; this includes locally managed, skills - based routing. Ability to provide a portable call answering system to a non -predefined location with minimal equipment and retain the call answering routing defined in the common business rules. AT&T Response: Comply. One element of this AT&T proposed system includes the Portable xPSAPTM, which is engineered to provide a mobile extension of next Generation 9-1-1 call handling. It is NENA i3-compliant and comes pre-engineered to connect directly Via a IP Connection or VPN. It can also be configures to accommodate CAMA trunks and POTs lines. The Portable xPSAPTM includes ten (10) Laptops with embedded functionality to facilitate call handling; each device includes the ability to display ANI / ALI in the same manner as our standard system. This solution can be provided with either headset interfaces or Handsets upon City of Miami request or specifications. January 171h, 2012 Page 31 AT&T Proprietary: Thainformation contained herein is for use by authorized persons only and is not for general distribution. at&t c..,..4 Rethink Possible Ability to implement forced call answering for call taking agents logged into specific skills/queues. AT&T Response: Comply. Using the ACD functionality, the included Geospatial Routing Extension functionality and locally governed Settings, Rights and Permissions and call plans, the solution is able to dynamically respond to inbound calls based on call taker availability as well as theskill sets of the available call takers, regardless of at which PSAP a call taker with a given skill set is available. The following example captures this concept. A call originates in a neighborhood whose residents predominantly speak a specific foreign language. A call taker at one of the area's PSAPs is proficient in that language, has that proficiency identified in the call taker's profile and is also logged on and available at the time of the call_ The call is routed to this qualified call taker without regard to which PSAP the call taker is working in. Ability to perform any system tasks from any authorized workstation depending on logon credentials. AT&T Response: Comply. Wherever authenticated users log in, without regard to which workstation or which PSAP, all their rights, permissions and configurations follow them. Call taking workstations must have the ability to operate independently with a four (4) wire headset jack or integrate with a Motorola Gold Fiite CIE using a six (6) wire headset jack. AT&T Response: Comply. Each xT911TM workstation will connect to the customer -provided radio consoles for radio headset integration. This connection will be accomplished by the vendor extending a four -wire audio bare -wire connection with an inline transformer, plus a two -wire dry contact closure connection, to every radio console position. Must have real time performance monitoring tools with alarming capability to measure and display call taking and system performance monitoring benchmarks. January 17t, 2012 Page 32 AT&T Proprietary: The information contained herein, is for use by authorized persons only and is not for general distribution. at&t Rethink Possible AT&T Response: Comply. xSwitchTM alarms can alert users, administrators and/or local maintenance personnel to problems such as partial or total loss of connectivity to the central site that is providing 9-1-1 calls to the system. These alarms are designed to notify all affected parties in the event they are unable to receive and distribute 9-1-1 calls on the network. The proposed solution delivers alarms, whenever they occur, directly to the properly designated technical support teams. In addition, these teams are able to access the system through a secure VPN in order to review logs and system performance, as required. Must utilize off the shelf components to comprise the call taking workstations. AT&T Response: Comply. The proposed solution is 100 percent software -based and utilizes commercially available, Common off the Shelf (COTS) hardware elements —a basic keyboard and mouse, a standard PC that runs an up-to-date Windows OS, a simple monitor (whether standard or touchscreen), and so on. Must be fully compliant with the NENA standards (Call Centers, Workstations, CAD Integration, Security and specifically i3 specification. AT&T Response: Comply. The AT&T proposed microDATA solution is fully compliant with the NENA i3 standard and engineered, from the ground up, to interface with other i3-compliant solutions and ESInets. Both AT&T and microDATA recognize that the promise of interoperable NG9-1-1 systems can only be fully realized if all components are open and standards -based. In addition to the many years where dedicated AT&T and microDATAprofessionals have worked on NENA i2 and i3 standards, our partner, microDATA, has been' developing a reliable industry solution, from ESlnet design to the software solution that operates • within that network. Both AT&T and microDATA employ qualified IP professionals who ensure that the software runs well for every PSAP that is migrating to NG9-1-1 PSAP systems, and also that the network is built and maintained to provide the level of service and security required in NG9-1-1 systems. Must be able to maintain call recordings for a time period of at least 5 years with the only limitation being storage capacity. January 17th, 2012 Page 33 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsit Rethink Possible AT&T Response: Comply. Call recordings are written locally to a file and optionally to the central database. Call recordings are kept on the local hard drive for whatever period of time the local administrator may choose; there is no ]imitation as to the length of time that may be selected. Call recordings must be able to be loaded onto permanent media for later retrieval and play back independent of the main recording system utilizing a simple search and playback software using common industry playback file types, e.g. wav, mp3, etc. AT&T Response: Comply. The IRR (instant recall recorder) has the ability to play a recording back to the call taker or to an administrator. The IRR, displays the waveform of the call and has visual indicators (colored bars) that show when call participants are added or removed, and when other significant events occur during the call, such as hold, conference, etc. Recordings may be e-mailed or saved to disk directly from the call taker's position. All call information is available, including the call type (9-1-1 or admin, etc.),.ANI and ALI, ring time, end time, call duration, incoming trunk/circuit, call server, and queue. The illustration below depicts what the call taker sees during playback selection and operation. Must have no single point of failure in system design to include equipment and network routing, (no common man holes) and the capability of load balancing to include diverse networks andredundant hardware up to and including the workstations. January 171b, 2012 Page 34 AT&T Proprietary: The information contained herein is for use by authorized persons only and Is not for general distribution. at&t Rethink Possible AT&T Response: Comply. The AT&T proposed system is engineered with no single point of failure. The AT&T solution consists of fully redundant, Geo-Diverse microDATA call handling complexes housed in AT&T Central Offices located in Miami and Palm Beach Counties. Both the NCC's and the PSAPs are connected with a SONET based AT&T 0C12 SmartRing, and redundant MFN Ethernet connections to each PSAP. Furthermore, the xSwitchTM/xStoreTM application and database servers are engineered, paired and sized to support the workload of the entire system. During normal operation, the xSwitchTM/xStoreTM servers are load -balanced, with each pair handling one-half of the system workload. In the event of the failure of any single. component, or of an entire xSwitchTM server, the opposing server will automatically assume that workload and allow the system to continue to function properly. Must have reporting capabilities on all database fields utilized in the system with MIS report generator software allowing for ad hoc reports. AT&T Response: Comply. The AT&T proposed solution includes xMTSTM, a system that streamlines . reporting methodology by offering extensive built-in and ad hoc reporting and exporting capabilities to authenticated users. xMISTM is a fully integrated web -based enterprise MIS solution that enables post -event analysis and troubleshooting. It includes standard reports with parameter field filtering and ad -hoc reporting capability via a report wizard. Must provide query or read only access to all fields in the database using standard interfaces (ODBC, OLEDB, etc.) for ad hoc reporting utilizing 3rd party products such as Crystal Reports or Microsoft Reporting Services. AT&T Response: Comply. Access is governed by locally applied permissions, rights and settings. Ability to support Instant Messaging (IlVI) and Short Messaging Service (SMS) dialogue from public callers. January 1171h, 2012 Page 35 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible AT&T Response: Comply. The AT&T proposed solution has been designed to accommodate traditional landline (legacy) and wireless emergency calls and streaming video, plus instant messaging (IM) and SMS directly routed to the correct PSAP, when those implementations become a reality. Call taking workstations must have full TTY communications capability for the hearing impaired callers. AT&T Response: Comply. The AT&T proposed solution includes a simple and straightforward TDD/TTY. TDD/TTY functionality can be utilized on all line appearances, both administrative and 9-1-1. This solution supports hearing carry-over to allow for full duplex voice communication between call taker and caller, plus simultaneous TDD/TTY. It also allows for the transfer and conferencing of TDD/TTY calls, as with any other call. Must have the ability to load balance ra11 processing between two call processing systems in geographically diverse Central Offices with each call processing system capable of handling 100 percent of call processing load during peak operational times. Normal operation will be a load balanced system with each call processing system balancing the operational load. AT&T Response: Comply. The AT&T solution consists of fully redundant, Geo-Diverse microDATA call handling platforms housed in AT&T Central Offices located in Miami and Palm Beach Counties. Both the AT&T Network Control Centers (NCC's) and the PSAPs are connected with a SONET based AT&T 0C12 SmartRing, and redundant MFN Ethernet connections to each PSAP Furthermore, The AT&T Central office based microDATA xSwitchTM / xStoreTM application and database servers are engineered, paired and sized to support the workload of that entire system. During normal operation, the xSwitchm/ xStoreTM servers are load -balanced, with each pair handling one-half of the system workload. In the event of the failure of any single component, or of an entire xSwitchTM server, the opposing server will automatically assume that workload and allow the system to continue to function properly with 100% capacity. January 174h, 2012 Page 36 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t 6 Rethink Possible Must have an upgrade roadmap to transition to IPv6. AT&T Response: Comply. While there are many supporting elements on the network that require IPv6 adoption and support, the following list shows the AT&T proposed microDATA products and third -party components that are relevant to CPE deployments, plus their status in terms of IPv6 support: These microDATA products are certified as IPv6 compliant today: • xLoSTTM (ECRF/LVF) • xALI DBMSTM (ALI database) • x9GISTM (GIS development and management) • xMESTM (Management Information System) • xPBXT'' (IP-based PBX) These third -party products used by microDATA are certified as 1Pv6 compliant today: • ESRI ArcGIS version 10 • Microsoft SQL server • Microsoft Windows 7 • Microsoft Windows 2008 Server • SolarWinds Engineers Toolset • Sophos Enterprise AntiVirus • Sophos Small Business AntiVirus • Digi Connect SP Serial to IP Converter These microDATA products will support IPv6 on or before Q2 2012: • xSwitchTM (ESRP/NG call -handling control/ACD) • xT911TM (NG call -handling CPE) • xTrakkerTM (NG PSAP mapping) • xBannerBoardTM (Web -based system dashboard) • xTPhoneTM (SIP phone for CPE) January 17th, 2012 . Page 37 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. Rethink Possible • xAVUCADTM (AVL/CAD integration API) • xALI LocalTM (ALI parsing) • xLocatorTM (GIS location validation) These third -party products, which are used by AT&T, are expected to support IPv6 on or before Q2 2012: • Aculab Groomer II gateways • Sonus gateways • Audiocodes Mediant 1000 and Mediapack gateways The system shall support additional one -button transfers to other entities, via dedicated circuits or pre-programmed dialed digits. AT&T Response: Comply. Call takers may transfer callers to any number of pre -configured entities through the use of the SLA (selective transfer agency) function. This is a one -button transfer method, as shown below. The same feature allows conferencing as well as transferring. STAs I ESZ: 383 ST JOHNSBURY VSP • [802) 888-11838 ROUTE 5 ST JOHNSBURY FD 12 ' . , &1/3-11-*FPNWAigklikiP-RigIMP-131*3-i**0 ..P... N4AK941....Eliglii* T,KVIERIEFAI 4f corierente In Contact . • l Itit ____ I 9OCKJNGHAM VSP I 0 Transf?:r To Contact ROCKINGHAM VSP ij (8112) 995-9999 1187HAINST SUITE 3 CALEX AMB (802) 399-9999 1 453 HOSPITAL DR DERBY STATE POLICE BARRACKS (802)334-8881 35CRAWFORD BD 1:21 :1J IA ! L• L:1 al . Dal 1721 Adding Call Participant valh j Phone # [802) 74.13-55(0 00:ZO January 17th, 2012 Page 38 • i IC.) AT&T Proprietary: The information contained herein is for use by w at&t authorized persons only and is not for general distribution. Rethink Possible In the event that a primary PSAP is out. of service, or that all E91 1 trunks to that PSAP are out of service, 911 calls shall be routed to an alternate PSAP. AT&T Response: Comply. The AT&T proposed xSwitchTM views all PSAPs as a single environment and can deliver calls based upon pre -established routing configurations. The ACD can support routing based upon the system administrator's configuration choices, and it can be configured to support call routing within individual PSAPs, multiple PSAPs, or enterprise -wide configurations. The xSwitchTM ACD supports dynamic routing by reacting to conditions within the system, such as busy or offline operators, or in position - to -position and PSAP-to-PSAP overflow. The installed system will provide the capability for real time measurement of Quality of Service for network infrastructure. AT&T Response: Comply. For network infrastructure, the MyFloridaNet portal is the primary access point to the network management tools provided as part of the MyFloridaNet services. The portal can be accessed via http:l/portal.mfn.mvflorida.com. The portal provides access to: Spectrum, eHealth, NetQoS, Remedy Ticketing System, Router Configurations, Core Router Proxy, and the Security Tool (Q Radar). Spectrum — This application provides measurement and alarming on network performance, `availability and Service Level Agreement (SLA) adherence. eHealth - This application provides historical reporting on network performance and availability. NetQoS - This application provides network traffic analysis. Remedy - This application allows users to monitor trouble tickets and search tickets. Router Configurations - The capability to view router configurations in the MFN tools is not only possible on customer managed routers, but also MFN managed routers. MFN Managed Routers January 171h, 2012 Page 39 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible System to provide overall 99.999% availability, measured on a 24 hour per day, 7-day per week basis, accumulated over a one-year period. AT&T Response: Comply. The proposed solution is comprised of redundant central system components that provide load sharing with 100 percent failover capability. microDATA's technology is built to meet or exceed 99.999 percent reliability, i.e., `Telco -grade." System will have the capability to have handsets and function independently or in parallel with the Intelligent Work Station at each position. AT&T Response: - Comply. The AT&T proposed system is designed to operate with either headsets or handsets at each respective workstation position. Ability for the mapping application to co -reside on the same hardware as the proposed E911 Intelligent Workstation. AT&T Response: Comply. xTrakkerTM is microDATA's Next Generation mapped-ALI application, an intuitive map display that call -takers can use to locate 9-1-1 callers with ease, while also taking advantage of spatial data and extensive search functionality. This application resides on the same hardware platform that is running the xT911T r call -handling application. The CHSP shall be capable of determining system integrity as part of a self -test routine. Upon detection of a defective software block, the unit shall signal that a failure has occurred. AT&T Response: Comply. xSwitchTM alarms can alert users, administrators and/or local maintenance personnel to problems such as software blocks. These alarms are designed to notify all affected parties in the event they are unable to receive and distribute 9-1-1 calls on the network. January 17a', 2012 Page 40 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&ft Rethink Possible The Vendor will supply the cost of the CHSP for additional workstations if PSAPs choose to add workstations or 911 capable phones outside of the previously scoped . quantity. AT&T Response: Comply. The AT&T price quote worksheet includes a price -per -workstation tab that clearly illustrates the cost of increasing the number of call -taking positions. Unless exempted in writing, the vendor is required to include a plan for ongoing application and operational support. The plan shall include information regarding the appropriate technical skill sets and approximate quantity of support required. The plan shall also identify how application support is to be conducted. AT&T Response: Comply The AT&T NOC and help desk will continue to support the City of Miami as it does today, our Network Operations Center operates 24/7/365. The AT&T E9-1-1 NOC is the single point of contact for all 111 Public Safety Answering Points in the State of Florida. The center is responsible for timely resolution for all PSAP CPE and/or network related issues. The AT&T proposed solution includes built-in switch alarms that will notify designated AT&T, and City of Miami personnel of any system issue. AT&T NOC Operations AT&T monitors the network and CPE equipment 24/7/365 via the Manta 2000 monitoring system. AT&T will notify the appropriate personnel in the event of major/critical outages. AT&T can capture different diagnostic data from multiple sources to aid in trouble isolation. These sources include Manta 2000, Legacy DMS 100 Tandem Switch, NG911 CPE Servers, AT&T database reports, and experience we gained from servicing the City of Miami for 30 years. AT&T will use all available data for diagnostics, our plan of resolution, and completion of repair. NOC Operations for AT&T's Next Generation Solution January 171h, 2012 Page 41 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible AT&T will monitor the network and call handling services 24f1/365 via a suite of state of the art monitoring tools.. AT&T will notify the appropriate City of Miami personnel in the event of major/critical outages. The AT&T solution includes remote monitoring capability using a secure VPN tunnel to provide 24x7 real time remote monitoring. AT&T monitoring and response advanced network management tools allow for remote control, and remote system management. AT&T Monitoring and Response provides pre -failure hardware notification, and generates -alerts on service/device state changes, runaway processes and memory leaks. It collects and stores user -defined performance counters, and stores event log messages, performance data, and configuration data in a centralized database. It is highly desirable for the City to have the workstations rack mountable at a single location with only the keyboard, mouse and monitors at the call taking positions for full environmental and security control. AT&T Response: Comply. AT&T has included optional pricing so that workstations will not be places at the call taking position, but will be placed in the backroom separate from the call takers. Each PSAP will have its tower -type workstations set into the existing rack, plus one additional rack. KVM extenders are included to connect these workstations with the peripherals located at each call -taking position. Technical Repair and Response Resolution. Vendor will maintain a trouble reporting call center to accept trouble tickets (calls for service) 24 hours a day 7 days a week 365 days a year capable of immediately dispatching technicians, should the severity of a failure warrant it. The vendor will provide an online notification of trouble ticket status and trouble ticket tracking with the ability for the City to tag and escalate trouble tickets. AT&T Response: Comply. The AT&T NOC and help desk will continue to support the City of Miami as it does today, our Network Operations Center operates 24/7/365. The AT&T E9-1-1 NOC is the single point of contact for all 111 Public Safety Answering Points in the State of Florida. The center is responsible for timely resolution for all PSAP CPE and/or network related January 17th, 2012 Page 42 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible issues. The AT&T proposed solution includes built-in switch alarms that will notify designated AT&T, and City of Miami personnel of any system issue. AT&T NOC Operations AT&T monitors the network and CPE equipment 24/7/365 via the Manta 2000 monitoring system. AT&T will notify the appropriate personnel in the event of major/critical outages. AT&T can capture different diagnostic data from multiple sources to aid in trouble isolation. These sources include Manta 2000, Legacy DMS100 Tandem Switch, NG911 CPE Servers, AT&T database reports, and experience we gained from servicing the City of Miami for 30 years. AT&T will use all available data for diagnostics, our plan of resolution, and completion of repair. NOC Operations for AT&T's Next Generation Solution AT&T will monitor the network and call handling services 24/7/365 via a suite of state of the art monitoring tools. AT&T will notify the appropriate City of Miami personnel in the event of major/critical outages. The AT&T solution includes remote monitoring capability using a secure VPN tunnel to provide 24x7 real time remote monitoring. AT&T monitoring and response advanced network management tools allow for remote control, and remote system management. AT&T Monitoring and Response provides pre -failure hardware notification, and generates alerts on service/device state changes, runaway processes and memory leaks. It collects and stores user -defined performance counters, and stores event log messages, performance data, and configuration data in a centralised database. System thresholds, established during Monitoring and Response service implementation, are continually monitored by the system. Any time the system performance/environment exceeds the threshold limit, AT&T Monitoring and Response is immediately notified via digital alarm. Digital alarm signaling provides specific information relative to the nature of the alarm allowing proper, expeditious troubleshooting. Monitoring and Response uses the industry's leading remote utilities for monitoring, diagnosing, troubleshooting and repairing many of the errors previously handled on site. By using workstation and server monitoring agents and implementing various monitoring tools, Monitoring and Response gives AT&T the ability to analyze issues in a real-time, January 17th, 2012 Page 43 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible design the appropriate plan for resolution and complete the repair either remotely or with the assistance of our dedicated technicians• maintenance and repair work shall be provided and maintained by the vendor A log of all main managers' at each PSAP. The log shall be accessible to the PSAP AT&T Response: Comply arts inventory at each to fain a spares kit of critical' spare p ui meat must sitenelude but ensure vendor will maini include to nsure quick and response modules, s,boards, 00f ds trouble monitors and/or equipment) e �,s, modules, bo not be limited to: (p repair the system if necessary. AT&T Response: • ores. Comly. The following items aTe included as AT&T recommended critical s Quant 66 Block, Surge Suppression, 235V POTS 66 Block, Surge Suppression, 75v --- Cables, radio/phone inter, adj inline transformer, 2tt Cable, Quick Disconnect Headset Extension - 10 ft . 15ft Cable, USB A Male/Mini-B 5 in, MD6139 Sound uaru, ° ersoilllel p Vendor is required to maintain sufficiently trained and manufacturer certified business but t onl day to day operational maintenance and repairs during support no Y also emergency repairs outside business hours. January 17t', 2012 Page 44. AT&T Proprietary: The information contained her in is foruseby authorized persons only and is not for general at&t Rethink Possible AT&T Response: Comply As City .of Miami has experienced with our 911 Services for almost 30 Years AT&T . provides the highest level of customer service in the industry. The AT&T 911. Southeast Resolution Center is always ready to assist you with the needs of your system, 24 hours a day, 7 days a week, 365 days a year. Our AT&T technicians are trained in both Network, and E9-1-1 equipment, including microDATA, InterAct, SOLACOM, Positron VIPER, and Plant CML. In addition, many or our technicians, managers, and consultants are members of the National Emergency Number Association (NENA) and the Association of Public Safety Communications Officials (APCO). We do not assign technicians until after contract signature. At that time we can provide the City with the names and years of experience for each individual. You may also perform criminal background checks. The City of Miami's field support resources for this solution are partofAT&T's Special Services organization. These individuals have extensive experience in 9-1-1 network and equipment support The AT&T Center for Learning in Irving, Texas, as well as the 911 Training Center in Sunrise FL, provide comprehensive training for these technicians; the training includes vendor -supplied curricula. There are 68 network center technicians in this Miami -Dade County group, all of whom have experience working with public safety networks, equipment, and related systems. These terhnicians are located locally in cities within Miami -Dade County as well as the surrounding Counties of Broward and Monroe. SSIM Technician experience ranges from seven to thirty+ years, with an average of twenty years in the industry. These technicians are located within from 10 minutes to four hours of City of Miami's PSAP locations. The AT&T 911 Resolution Center is the City's first contact for any 911 Equipment or network issues. This Center is staffed and ready to assist the City of Miami 24 x 7 365. Failure Severity Definitions Low Priority (Minor Failures) t System functionality is only minimally affected through loss of a support system. Call answering and call processing of geographic location is not impacted. For example, Call MIS system or call center performance displays/annunciators. January 17th, 2012 Page 45 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution.' at&t Rethink Possible AT&T Response: Comply High Priority (Major Failures) Mission critical equipment has failed impacting the call answering capacity however calls can still be answered. For example, a failed workstation required component has failed bringing down a single workstation. Real time ACD/Call Center performance monitoring is not operational. AT&T Response: Comply Critical Priority (Major Failures) Mission critical equipment has failed and calls cannot be answered. For example, a major data component or equivalent has failed bringing down all or multiple workstations or a major alarm exists in the system. AT&T Response: Comply Response Times Low Priority Calls for service can be handled during normal business hours (Monday thru Friday, 8 am to 5 pm) and resolved within 2 days. AT&T Response: Comply High Priority Calls for service will be handled without time exception with a technician dispatched and onsite within 4 hours and resolved within 24 hours of being reported. January 17th, 2012 Page 46 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible AT&T Response: Comply Critical Priority Calls for service will be handled without time exception with a technician dispatched immediately and onsite within 2 hours and resolved as soon as possible. AT&T Response: Comply Technical Standards Systems shall comply in all material respects to NENA Technical Standards to include but not limited to NENA 58-001 Standard for IP Capable PSAP, NENA-04-001 Standard for E911 PSAP Equipment, NENA 01 004 Standard for E911 PSAP Intelligent Workstations, and NENA-04-503 Standard PSAP Network/System Access Security, NENA-75-001 Standard Security for Next Generation 911 as well as the recommendations of NENA 08-501 Technical Information Document -Network Interface to IP Capable PSAP. Standards by ANSI -accredited bodies (e.g., ATIS/ESIF, NFPA) should be consulted for guidance in proposing solutions to the City. The City intends that accepted national standards be leveraged to the greatest extent possible to facilitate installation, interconnection, administration and Tong term capability of the installed system. AT&T Response: Comply. Both AT&T and microDATA are actively involved in technical standards efforts in a variety of venues, including NENA, ATIS and the Internet Engineering Task Force (IE 1'F). This includes engineering and building the first purely IP, software -based selective routing and call handling technology. Both AT&T and microDATA have been actively participating in formulation of the final and now ratified version of NENA standard 08-751, commonly referred to as the i3 standard. Our solutions adhere to the following industry protocols: January 17th, 2012 Page 47 AT&T Proprietary: The information contained hereinis for use by authorized persons only and is not for general distribution. atsit Rethink Possible DNS OSPF FTP EGRIP HTTP/S RIP SIP/S IPsec SMTP ARP TELNET RARP NTP ICMP TCP Ethernet UDP PPTP S/RTP TLS RTCP BGCP IGMP B2BUA 1Pv4 Multicast CODEC G.711 Our AT&T / microDATA solution meets many existing Software Development Organization (SDO) standards as well as the following, currently under development: RFC 3261 Session Initiation protocol RFC 3264 SDP RFC 3265 SIP event notification RFC 3410-3418 SNMPv3 RFC 3725 Third Party Call Control RFC 1889 RTP • RFC 3550 RTCP NENA 02-010 Recommended Formats & Protocols for ALI Data Exchange, ALI Response & GIS Mapping NENA 02-011 Recommended Data Standards for Local Exchange Carriers, ALI Service Providers & 9-1-1 Jurisdictions NENA 02-013 Provisioning and Maintenance of MSAG files to VDBs and ERDBs NENA 02-014 GIS Data Collection & Maintenance NENA 02-501 Wireless ALI Data Content NENA 03-001 Network QA NENA 03-002 Enhanced MF Signaling - E911 Tandem to PSAP NENA 03-003 Inter -Networking, E911 Tandem to Tandem NENA 03-004 E9-1-1 Functional Entity Model NENA 03-005 E9-1-1 Selective Routing Switch January 171h, 2012 Page 48 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible NENA 03-006 NENA 03-501 NENA 03-502 NENA 03-503 NENA 04-001 NENA 04-002 NENA 04-003 NENA 04-004 NENA 04-005 NENA 04-501 NENA 04-502 NENA 04-503 NENA 05-001 NENA 06-001 NENA 07-501 NENA 07-502 NENA 07-503 NENA 07-504 NENA 08-001 NENA 08-002 NENA 08-003 NENA 08-501 NENA 08-502 NENA 08-503 NENA 08-504 NENA 08-505 NENA 08-751 NENA 08-752 NENA 58-001 NENA 58-501 NENA 71-001 NENA 71-501 NENA 75-001 USPS Publication 28 TIA/EIA-IS-968 ETSI TBR-4 ETSI TBR-13 E9-1-1 Call Congestion Management Network Quality Assurance Trunking for Private Switch 9-1-1 Service SS7 Guidelines E9 1 1 PSAP Equipment Standards Master Clock Standard E9-1-1 ISDN PSAP Equipment Utilizing Basic Rate Interface Standard IWS Equipment ALI Query Service Standard Integrating Applications on Intelligent Workstations CPE Site Characteristics PSAP Security e2 Interface Recommended Standards for Local Service Provider Interconnection Information Sharing Future 9-1-1 Models Non -Traditional Communications to PSAP Equipment Networklnterfaces for 9-1-1 and Emerging Technologies Collision Notification & Telematics Information Interim VoIP Architecture (i2) Functional & Interface Standards for NG9-1-1 (i3) NENA 13 Solution Network Interface to IP Capable PSAP E9-1-1 Requirements VolP Characteristics VoIP Standards Development Organizations (SDOs) Location Determination: IP-Based Emergency Services 13 Requirements (Long Term Definition) Location Information to Support IP-based Emergency Services IP-Capable PSAP Minimum Requirements IP PSAP Features and Capabilities NG9-1-1 Additional Data Synchronizing GIS with MSAG and ALI NENA Security for Next -Generation 9-1-1 Standard (NG-SEC) ALI information Terminal Equipment Requirements Integrated Service Digital Network (ISDN) Requirements for Connection to Digital Leased Lines January 171h, 2012 Page 49 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsit Rethink Possible ETSI TBR-21 Media Gateways NG9-1-1 Functionality and 13 Compliance The CHSP shall be fully compliant of the NENA 13 standard capable of providing Next Generation 9-1-1 functionality including but not limited to: Voice, text, or video emergency calling from any communications device via Internet -like networks; Advanced data from personal safety devices such as ACN or medical alert systems; "Long distance" access and transfer and improved interoperability; and Location -specific emergency alerts possible for any communications device. AT&T Response: Comply. The AT&T proposed solution "as built" is a NENA i3-complaint platform that allows considerable flexibility for migrating to emerging standards as they are introduce. Mandatory i3 functionality available in the X-SolutionTM includes: • ESRP (NENA i3) — Emergency Services Routing Proxy • ECRF (NENA i3) —Emergency Call Routing Function • PRF (NENA i3) — Policy Routing Function • LoST (1RTF) — Location to Service Translation • Receive and parse Presence Tnformation Data Format Location Object (PIDF-LO) both civic and geospatial (JbTF/NENA i3) • LIS Support— Query Location Information Server for caller locationon NG calls by value or reference. • Border Control Function (BCN/SBC) — NENA i3 • Receive NG Calls (SIP direct) — NENA i3 Quality of Service (QoS) Implementation of systems that support industry standards for QoS, 'such as MPLS, 802.1p, 802.1q and Diffsery are vital to the development of a converged solution. The vendor will be required to certify QoS minimum standards prior to installation and have a recommended alternative plan for points of failure fortheir solution. January 17Ih, 2012 Page 50 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. Rethink Possible AT&T Response: Comply. The AT&T network will be configured to provide a minimum of 128 Kbps per voice call, and all calls use the G.711 codec. This is double the bandwidth that "carrier" grade voice calls are provided. It is necessary to double this bandwidth to ensure the utmost in reliability and accurate voice retransmission. We observe average interfaeP utilisation relating to a broadband connection over a period of time to ensure that any one particular interface is not exceeding a specific value (predetermined jointly), we typically view top usage interfaces only. QoS: Voice traffic is prioritized at Layer 3 by using DSCP. All voice traffic associated with the solution receives a DSCP hex code that is defined on the routers and provided priority queuing. Primarily we recommend the use of Cisco IOS Access -lists (ACL)—or their equivalent, as dictated by the network infrastructure to specify network traffic behavior. Once defined, we then recommend building policies to control routing. Our recommended policies typically provide preferential treatment in the following order: 1. Voice (including SIP messaging) 2. SQL 3. Everything else Everything else is provided treatment through the use of Class Based Weighted Fair Queuing (CBWFQ). Typically, Layer 2 network that allows for traffic -shaping prioritization (e.g.. MPLS) should be provided for in the following manner: 4. Voice 5. Everything else In this manner, all QoS options are available on a per connection basis as well as per traffic type. Minimum Performance January 17th, 2012 Page 51 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible The City of Miami requires the proposed solution to meet the following minimum performance standards: The system must have Network Management Tools/Software measuring the system network performance throughout the system to include central offices and secondary sites. AT&T Response: Comply. AT&T will provide the city of Miami these management tools as part of the proposed solution. xSwitchTM alarms can alert users, administrators and/or local maintenance personnel to problems such as partial or total loss of connectivity to the central site that is providing 9-1-1 calls to the system. These alarms are designed to notify all affected parties in the event they are unable to receive and distribute 9-1-1 calls on the network. The monitoring tools must be capable of determining minor problems and provide network traffic monitoring to include network latency/jitter performance. AT&T Response: Comply. The AT&T proposed solution includes monitoring tool for monitoring specific protocols and transactions between two or more Cisco networking devices. This allows for monitoring of VoIP metrics including latency, jitter, MOS score, etc. The system must not permit bandwidth reduction for use by other entities. AT&T Response: Comply. The AT&T designed 9-1-1 sub -network is designed to be separate from any admi n i strative LAN within the facility. This bandwidth engineering should be of such that there is no degradation during peak hours when processing simultaneous calls. January 17th, 2012 Page 52 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsit Rethink Possible AT&T Response: Comply. The maximum required bandwidth has already been calculated and built into the AT&T network design. Network bandwidth requirements were calculated based upon the total number of workstations engineered as part of this solution, as well as other critical content and data that may traverse the WAN. PSAP Alarms The CHSP shall monitor major system components and data streams for alarm conditions. When a system malfunction is detected or data error occurs, the CHSP shall automatically activate audible and visual alarms to warn user of the condition. Alarm conditions shall be able to be monitored from remote locations (i.e. E9-1-1 system repair service). Example of alarm conditions shall include, but are not limited to the following: • Site location Equipment failure • Software failure • Power failure • Network failure and degradation, i.e. latency and bandwidth • Thresholds exceeded for service affecting failures • E9-1-1 line failure AT&T Response: Comply. The proposed solution delivers alarms, whenever they occur, directly to the AT&T and.microDATA technical support teams. In addition, these teams are able to access the system through a secure VPN in order to review logs and system performance, as required. Utilizing SNMPv3 traps, all critical infrastructure capable of being accessed from external and vulnerable internal points will be monitored. Alarm thresholds (critical, major, and minor) will be set such that any unusual activity will immediately trigger a notification event to AT&T, and the customer's Tier 1 personnel. To whatever extent possible, all logs will be monitored on a central server and will create a chain of response scenarios, depending upon the severity of the problem. To enable this process, January 171h, 2012 Page 53 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atstt Rethink Possible we use a combination of a Syslog trap program (Kiwi) coupled with several notification software packages. All logs are routinely reviewed on a predictable basis. Alarm Messages When alarm conditions are detected, the CHSP shallgenerate alarm messages with a date and time stamp to a log maintained on the E9-1-1 server and notify PSAP designated personnel via email and SMS. AT&T Response: Comply. xSwitchTM alarms are designed to alert AT&T, users, administrators and/or local maintenance personnel to problems such as partial or total loss of connectivity to the central site that is providing 9-1-1 calls to the system. These alarms are designed to notify all affected parties in the event they are unable to receive and distribute 9-1-1 calls on the network. These notices may be sent by e-mail and/or SMS (text message), as established in the system's protocol. Alarm Operation When an alarm condition is detected, the central processor shall operate alarm relay contacts that operate external audible/visual alarms. AT&T Response: Comply. A key element of the xT911TM alarming system involves onscreen sound and visual alarm alerts at each workstation position; these can be sent to designated support personnel as well. Alarms shall be both audible and visible to PSAP personnel while working at their normal answering positions. AT&T Response: Comply. Sound and visual onscreen alarm alerts are a standard feature of xT911TM. The audio portion of the alarm may be switched to a silent mode so that dispatch center operation is not disrupted, but the visual indication shall remain on as long as the trouble condition exists. January 1711, 2012 Page 54 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible AT&T Response: Comply. The system is highly configurable, where administrators who possess the proper credentials can customi7f various alarm settings on a station -by -station basis. When the alarm condition has been cleared and the audible alarm switch is in the silent position, the trouble light will stay on and the audible alarm shall activate and stay on until the alarm switch is returned to the normal position at which time the audible alarm will be silenced and the trouble light will go off. AT&T Response: Comply. As described above, the xT911TM position will continue to provide a visual onscreen alarm Should the City of Miami wish to utilize a physical alert in addition to this onscreen version, the system can be engineered to interface with an alarm light pole or similar physical representation. • The alarm system shall operate independently of the PSAP equipment so that in the event of a total PSAP failure, the alarm system continues to operate as designed. AT&T Response: Comply. The xSwitchTM, located at the AT&T Network Control Center (NCC), is configured to provide the alarming independently of whatever actions are taking place at the PSAP. The CHSP shall allow for the reset of the audible alarm status. AT&T Response: Comply. Any administrator who possesses the proper credentials has the capacity to perform this reset this alarm from his or her console. Problem or failure notification must also be capable of notifications via email and SMS. January 17`h, 2012 Page 55 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible AT&T Response: Comply. XSwitchTM alarms can alert users, administrators and/or local maintenance personnel to problems via e-mail and SMS. Remote Alarms: The remote alarm interface shall be compatible with dial up or dedicated line, asynchronous ASCII communications or via Network. AT&T Response: Comply. The system has been engineered to interface with a MantaProbe device, provided by AT&T, that provides this functionality. System Administration The desired system will allow the City to manage the required system administration functions for all locations. System administration requirements include: • Secure administration for all sites on the network available on the LAN with system administrative authorization. • Ability to run basic diagnostic checks and backup as well as restore data. • Ability to support remote administration at all sites (terminal services, VPN). • Ability to perform standard software changes (moves, adds, changes). • Ability to build/modify stations, trunk groups, trunk routing tables and ACD groups from a Graphical User Interface (GUI) using English language commands. The system must provide reporting that allows the system administrator to determine traffic/trunking requirements, processor busy levels and service quality. AT&T Response: Comply. The system design includes three analytical interfaces. Manta Probe, xMIS and Solar Winds monitoring, The combination of these three system resources will enable the city of Miami to -access the desired system metrics. January 17th, 2012 Page 56 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible Implementation Requirements Project Planning Vendors are required to plan the implementation in such a manner as to provide NO downtime to the City of Miami Business and Emergency service operations. This will include a phased approach to implementation, with cutover of all sites in a closely managed migration. The vendor is required to provide a Gantt chart for the installation process once the notification of contract award has been received. Information to be included in any event or sequence your company deems necessary for the completion of a successful implementation. Include information such as: • Plan for facilitation of "Hot" cutover in limited computer/server room space environment • User interviews to design the database (all systems) Design and build new system, and CPE gateways Pre-cutover meetings • An'installation phasing for the backup site • Testing of each phased location • Network order processing and coordination • Coordination with all service providers connecting to the system for correct provisioning and cutover • Identification of telephone numbers and extensions for cutover planning • Staged end -user training on all applicable systems before, during and after cutover • Provision for "Help Desk" staffing throughout the first week of cutover • Terminate all system cables on systems, and other ancillary equipment requested and/or installed • Cross -connect all cables from station distribution field to new VolP system and analog gateways • Cross -connect all trunks to trunk ports on new system January 171h, 2012 Page 57 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible AT&T Response: Comply. The AT&T Public Safety Group (PSG) will provide The City of Miami with a dedicated Project Manager (PM) as the single point of accountability (SPOA) for this project. This group employs PMs trained —and in many cases certified in the Project Management Institute's Project Management Body of Knowledge (PMBOK) methodology. This methodology includes recognized project management tools to help ensure that projects are carefully planned, successfully executed, and closed after the City's concurrence that we have met our commitments. AT&T provides project management for the City of Miami as a value-added service at no additional charge. AT&T's Project Management Process The following narrative includes a brief description of the PM's role, the processes we will follow, and the tools we usefor the duration of the project. Project Management Phases and Tools Initiating and Planning the Project Executing, Monitoring, and Controlling the Project Closing the Phase/Project Project close-out checklist Quality review plan Close-out package Project scope and charter Project schedule Statement of work Change request form Change control log Issue log Risk analysis and mitigation Action Item log plan Projectstatus reports Work breakdown schedule (WBS) Communication plan Project team contact list Contract/vendor management plan Getting Started Upon contract award, the AT&T PM will engage team members throughout the AT&T organization to help ensure their commitment and understanding of the project requirements. The PM will schedule a kickoff meeting with the The City of Miami E9-1- January 17t, 2012 Page 58 ` AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible 1 group, including The City of Miami's IT department. During the kickoff meeting, we will establish roles and responsibilities and reach a mutual agreement with the City of Miami on strategic objectives, plan of approach, priorities,. and timelines. Using the information gathered during the meeting, the PM and the City of Miami will create an integrated master work plan that will be the implementation roadmap. Throughout the project, AT&T will focus on project planning and execution to help ensure a successful upgrade with minimal (if any) disruption to the City of Miami's E9-1- 1 service. The result of this planning will be: The project scope and charter, including a plan to help ensure appropriate project governance to efficiently resolve issues, make decisions, and track progress. A project plan that includes a detailed Work Breakdown Structure (WBS) outlining tasks, task ownership and dependencies, and key milestones and milestone dependencies A documented risk assessment.based on an analysis. Brevard and AT&T will jointly provide the analysis. A mutually acceptable risk mitigation plan A clearly defined communication plan The PM will distribute these documents to the team and formally validate the scope and schedule requirements in the master work plan with team members. Once the PM has the commitment from the team to meet the project milestones, the PM will communicate intervals to the City of Miami. Executing, Monitoring, and Controlling the Project When AT&T and the City agree on the project plan, the AT&T PM will be City's SPOA—responsible for helping to ensure all we meet critical project dates and that we handle expedites, escalations, and risks appropriately. The PM will coordinate the activities of individual project team members across all AT&T departments and will help ensure that field personnel are assigned based on the location and scope of the project. Throughout the project, the AT&T PM will be responsible for: Identifying and collecting data to measure project progress and assess conformance to the project charter and contractual requirements January 17`h, 2012 Page 59 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible Tracking timelines, deliverables, and expected completion dates; calculating schedule variances for individual tasks or milestones, if different from scheduled completion dates; and tracking dates until each, task or milestone is complete Identifying issues and change requests, and determining corrective actions for schedule variances, with the assistance of other implementation team members as appropriate Managing the risk mitigation plan, including identifying new risks associated with the schedule and quality as theyarise, and working with the County and project team to create action plans that address and/or mitigate potential risks Managing the change control processes, including changes in scope and variations in the statement of work (SOW) Generating status reports for Brevard's representatives and the project team Scheduling and leading project status conference calls; acting as the primary interface between the City's implementation team and the AT&T implementation team The PM also will contact the City of Miami at regularly scheduled intervals, as mutually agreed upon. The purpose of these discussions is to provide status reports to the County, to identify, assign, and track to closure all project issues and action items; and to reach agreement on all changes to the project scope. Closing the Phase/Project At the end of the project, the PM will lead the team through project close-out activities, including a final review. We have project reviews to help ensure fulfillment of project requirements, provide knowledge transfer to the County and the AT&T customer support team, and release project resources. The PM will help ensure the City's satisfaction before project close out. Project Plan —MS Project Your dedicated AT&T Project Manager will provide The City of Miami with a plan similar to the draft plan illustrated below. As your NG9-1-1 project progresses, the AT&T PM will provide and distribute updates to this project plan to The City of Miami staff. Throughout the life of this project and until its successful completion, your AT&T PM will be responsible for the plan and will work directly with The City to help ensure and provide updates. . January 17ti, 2012 Page 60 AT&T Proprietary, The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible This project plan illustrated below is a draft. AT&T will work with The City of Miami on a final plan after contract signature. The final plan will depend on the final design, configuration, and PSAP sequencing. Please see Draft Project Plan below for City of Miami. Draft Project Plan AT&T will submit to the City of Miami, after contract award, a detailed migration plan for the legacy 9-1-1 traffic to the proposed environment. AT&T will include the City of Miami in the planning process to help ensure your satisfaction. Some variables we will consider for the final project plan include, but are not limited to, the City's desire to move traffic by type (wireless, VoIP, wireline), by PSAP, by time (immediately following CPE cutover, cutover + 6 months, etc.) or some combination of all of the above. The plan illustrated below is a sample so the City can become familiar with the project elements and intervals. SAMPLE PROJECT PLAN ID r "=Task11aine }:; . 7E;. t uration :start , mannish ";'redecessor :. 1 Work Breakdown Structure (WBS) Initial Activities Eight days 2 Review handoff package for completion of all appropriate documents One day 3 Identify project team members One day 4 issue Circuit Capacity Manager (CCM) package (RF1004 and configurators) Two days 5 Order new EMNTs [E9-1-1 trunks] if appropriate One day 6 Issue request to Internal Provisioning Center for new HPHZs [ALI circuits:9.6] and 1OFs [Official Service Lines] if appropriate. Note 1: Add one 1OF for a Remote Emergency Access Line on RJ-11 C/update RF 1004 with telephone numbers for Network Orange and DB1 One day _ January 17`h, 2012 Page 61 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. Rethink Possible 7 Schedule and conduct internal project kick-off meeting (should include hand-off of all information and documentation from Account Team. The implementation team should accomplish the following and any other appropriate project activities Two days . 8 Circuit Capacity Management [CCM] 10 days 9 Pull CCM Parts from configurator One day 10 Review parts list with Vendor Engineer Two days 11 Develop Telephone Equipment Order (TEO) One day 12 Release TEO to Vendor . One day 13 Acquire firm ship date from. Vendor Two days 14 Distribute copy of TEO to Special Services Installation and Maintenance (SSI&M) and WBS PM One day • 15 WBS PM confirm Quote and TEO match One day 16 WBS PM send BellSouth Works request to CSA for service order issuance One day 17 Vendor pre -order responsibilities 18 days 18 Develop PSAP site package Five days 19 Develop staging configuration package 10 days 20 Distribute PSAP site package Two days 21 Initial PSAP Site Visit Three days 22 Schedule and conduct external pProject kick-off meeting with City of Miami Two days 23 Present project plan, scope, and charter One day 24 Coordinate physical site review and provide PSAP site preparation practice One day 25 Gain the City's concurrence as appropriate One day • January 17t, 2012 Page 62 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. 4c:;>� at&t Rethink Possible 26 WBS PM Five days 27 Gain team's acceptance of finalized project plan One day • 28 Verify that due date of E9-1-1 trunks and admin lines meet start installation date One day 29 Verify that due dates of ALI circuits and official service lines meet start installation date One day 30 Send request to CSA for equipment service order issuance Two days 31 Schedule follow-up site review of physical requirements Two days . 32 Follow-up site visit with City of Miami One day 33 Coordinate follow-up site review of physical and electrical requirements One day . 34 Help ensure that City of Miami's- requirements are completed (as appropriate) One day 35 Finalize project scope & charter document One day t 36 Use change control plan to govern any changes to project scope One day 37 Finalize project plan with the County and establish delivery and tum up dates. It is recommended that host and remote sites be planned for different turn -up dates with the host scheduled first. One day 38 Advise the City of training schedule for PSAP administrator and call takers One day 39 Gain City of Miami's agreement on finalized plans and timeframes One day 40 Appropriate team members and the.City approve (sign) E9-1-1 PSAP site requirements document One day 41 If site is not ready, establish new completion date with City of Miami One day . January 17t', 2012 . Page 63 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible �D 42 - asktla• me* � _;rx x - . ,r; uration .,:. ` z f an�sh ,._ . - - . , . Request a network architecture diagram and microDATA Address Template (Excel spreadsheet) from microDATA. (Do Not modify format) The microDATA IP address template should be forwarded to our intemal maintenance at RTSG E911, 911 Center, and Service Manager. One day 43 Forward network architecture Diagram template to RTSG at RTSG E911, 911 center,and _ Service Manager One day 44 Vendor activities 18 days 45 Order appropriate software and equipment One day 46 Receive system in staging Center Eight days 47 Stage and test system Seven days 48 Prepare and ship system One day 49 Submit a network architecture 'diagram and microDATA IP address template (for system monitoring by 911 Center) to WBS PM, One day . 50 Site installation SSI&M and WBS PM Five days 51 SSI&M locate plug & play binder first and inventory shipment One day 52 WBS PM validate equipment inventory complete with SSIM One day 53 WBS PM advise CCM of additional/missing parts and hold vendor payment if appropriate One day, 54 SSI&M received damaged . equipment and parts should follow return material authorization (RMA) process One day 55 SSI&M install mD xSR: E9-1-1 trunks, admin Lines, and ALl circuits to backroom. If remote site, provision T1 from host to Remote Five days . 56 SSI&M install KVMswitchin cabinet and Connect KVM cables Five days January 17th, 2012 Page 64 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible vi from servers to keyboard, monitor and mouse 57 SSI&M connect CAMA Gateway to rear -mounted punch -down block via 25 pair amphenol cables Five days 58 SSI&M connect administrative gateway to rear -mounted punch - down block via 25 pair amphenol cables Five days 59 SSI&M connect CAMA 911 Trunks, Admin lines to system via 25-pair amphenol cables Five days . _ 60 SSI&M connect CAT 5 patch cords from CAMA & Admin Gateway equipment to Ethernet LAN switches. Five days 61 SSI&M connect CAT5 patch cords from Server NIC cards to Ethernet LAN switches. Five days 62 SSI&M connect backroom server to ALI data links (CSUs/DSUs) . Five days _ 63 SSI&M if a remote site is engineered, connect CISCO routers to Ethernet Lines Five days . 64 SSI&M install network monitoring equipment Five days 65 SS1&M place 3-4 CAT 5 cables from back -room to each X Tracker position Five days 66 SSI&M install Host mD 911 positions and connect cables at each position (NICs, .CCB & satellite box, sound cards, IP phones, power cables, etc.) Five days 67 SSI&M assemble workstations and connect cables at each position (NICs, CCB & satellite box, sound cards, IP phones, power cables, etc.) Five days 68 SSI&M connect UPS Five days 69 SS1&M boot PCs, checking correct software configuration and perform PING Five days January 171h, 2012 Page 65 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible , .. F i,V"n z i . n f • ` .. , h tom, d 70 SSI&M install CDR printer and connect backroom server to CDR printer Five days 71 SSI&M install VIPER configuration changes since pre -staging occurred via PMG Five days 72 SSI&M install mD xSR configuration since pre -staging occurred Five clays 73 SSI&M test all trunks at each position Five days 74 SSI&M test ALI information on both ALI circuits at all positions Five days 75 SSI&M test mD xSwitch transfers and configuration options at all positions Five days 76 SSI&M test other vertical services (MIS, MAP, etc.) Five days 77 Joint SSI&M/CSPC activities Five days 78 SSI&M contact Circuit Provisioning Center (CSPC) to identify assigned tester Five days 79 CSPC access Mantaprobe to build Telephone Numbers Five days 80 CSPC access line Logg-R and build programming Five days 81 CSPC test discreet alarms Five days 82 CSPC build WFA ticket to indicate PSAP in test stage Five days 83 CSPC/SSI&M test circuits with Network Reliability Center (NRC) Five days 84 CSPC/SSI&M test network Orange critical, major, minor, and shelf down alarms Five days 85 CSPC coordinate with Interdepartmental contacts Five days 86 PSAP training Two days 87 Vendor conduct PSAP System Administrator and Call Taker Training based on negotiated contract and needs for eithrer pre- tumup or post turnup sessions or Two days • January 17t, 2012 Page 66 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. Rethink Possible lD 7 asieName ?i .. ..' y urat on :Mart{<s r ,finish'; redecassbr °�' both 88 PSAP tum-up One day 89 WBS PM confirm with CSPC and SSI&M tests completed and system ready for tum-up One day 9D CSPC notify Intrado to change . status of HPHZs from test to live One day 91 CSPC notify Network Reliability Center (NRC) PSAP is cutting to live operation One day 92 NISC move old routing number -to new E9-1-1 trunk group One day 93 CSPC monitor system operation and take corrective action as required One day - 94 WBS PM conduct post cutover One day 95 96 review and establish action plan (as appropriate) Post cutover close-out WBS PM coordinate post cutover review, establish action Plan (as appropriate), and identify lessons Teamed Five days One day 97 98 99 WBS PM schedule internal project team to review implementation and agree implementation complete (vendor PM, E9-1-1 Service Manager, SSI&M, CSPC, CCM OCPBIC, transmission engineer, NRC, etc.) WBS PM schedule external meeting with City of Miami to review project plan and obtain City of Miami's agreement that SOW requirements met WBS PM advise SSI&M and NRC via email to AT&T resource that PSAP in maintenance mode One day , One day One day January 171h, 2012 Page 67 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible askName 100 WBS PM transition to E9-1-1 Service Manager and advise the City that hosts with remote sites; all alarms will appear at the host site and NRC will contact the host and remote (if appropriate) with trouble resolution One day 101 E9-1-1 Service Manager update PALS database One day 102 103 104 E9-1-1 Service Manager cover City of Miami on disaster recovery plan Final bill review WBS review first bill with City of Miami One day 30 days 30 days A sample AT&T Gantt chart is provided for the City of Miami's review State of CT E9-1-1 Software Wt'Slrimel aci ,itles.ad . CCM activities Pre Dreg"activitieslad 10/1/2009 PS/J site anaysis 14d. ' System staging and tlebvery Installation 10d • Training 2d. 11/1/2009 12/1/2009 Cutover • 1d, Bi1I Revew 30d r 1/12010 January 17th, 2012 , Page 68 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible All network changes/modifications are required to be approved and.coordinated with the City's network personnel. AT&T Response: Comply Understood, AT&T will coordinate with the City on changes or modifications. The chosen vendor must be responsible for immnriiate response of vendor created outages. • Provide complete implementation documentation including: • Network design • Installation of all hardware and software systemspurchased by the City from the selected vendor • Extensive pre -testing of all systems connected to include but not limited to: • Main system • All remote site systems • All trunks • System administration • All stations (IP, cordless, wireless, headsets) Third party hardware and software attached to any system(s) purchased through the selected vendor AT&T Response: Comply. AT&T will be responsible for these systems. January 17t, 2012 Page 69 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible Acceptance Testing The CHSP shall undergo a burn -in period and extensive testing subject to the approval of DPS. The provider shall provide qualified technicians to install and test all elements of the CHSP. CHSP provider technicians shall also be available to witness and facilitate acceptance test procedures. Acceptance test plans are required as determined by the City. The City and Vendor shall work together to determine whether or not the system passes an acceptance test performed. The Vendor shall be prepared to give a live demonstration of the CHSP at a location to be determined prior to any PSAP installations. AT&T Response : Comply. The following reflects the City of Miami's acceptance testing that will consist of 4 levels. AT&T will work with the City and will fine tune the test documents once the Project Team arrives on site, and commences the engineering of the City's proposed solution. Test plans include full interface testing with the CAD systems to ensure data is being ported to NENA standards. 1) Application Tests: Tests of individual modules to determine compliance with Manufacturer's Specifications and the functional requirements as described in this RFP, successful conversion of extracted data, and ease of use. 2) Integration Tests: Test modules that operate as a system. AT&T will warrant thatthe system has been properly configured and that it will , under normal use, perform in accordance with RFP specifications 3) Interface Tests: Tests interfaces to other City's communication systems. These tests will include verification that the backup system or other redundant systems can operate seamlessly when the system is taken down. System will interface with the telephone network which will include the 911 network, and the Public Switched Telephone network (PSTN). It will interface with the CAD system to insure proper delivery of ANI / ALI data fields, console positions, and ring delivery times. 4) Production Test: Tests occur when the system is in live production. Tests should last long enough to determine the system's integrity and reliability. The acceptance test will be deemed successful if the system operates successfully in compliance with the System's Performance Specifications as required in the RFP January 17th, 2012 Page 70 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. Rethink Possible Infrastructure Installation Vendor will be responsible for all cabling end to end at all sites requiring additional . infrastructure, the cabling vendor (contractor) shall install required CAT6, 4-pair, plenum rated cable to each of the required workstations along with plenum rated cabling required to satisfy the recording needs as specified. AT&T Response: Comply AT&T will supply all required cables per customer request. At the associated Telecommunications Room (TR), all new infrastructures shall be terminated on new termination panels. The contractor shall be responsible for confirming existing termination field availability. All new data infrastructures shall be terminated on an RJ45 patch panel configuration consistent with each of the facilities data field build out. All other existing cabling infrastructure shall be left "as is". AT&T Response: Comply. All cables installed in workstation furniture shall be provided in a lengtb to accommodate the full range of workstation motion, as well as providing for access and removal for servicing. AT&T Response: Understood All cables and demarcation points are to be clearly labeled. All cables are to be bundled and secured to avoid disconnection during normal use and servicing access. AT&T Response: Understood January 171h, 2012 Page 71 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible Contractor Adherence The installation and termination of cable and outlets shall comply with the applicable design rules developed by the manufacturers of the components provided, the applicable industry standards, City of Miami and the latest available TIA/EIA guidelines. Note that the City of Miami currently limits data cable runs to 90 meters (295ft) from a workstation outlet to .data distribution frame. The vendor / contractor needs to conduct facility walkthroughs to ensure redundancy and cabling requirements are met. All telecommunications services, equipment, cables, electronics power supplies, or systems in operation at the start of the project shall remain in service and may not be disconnected, removed or in any way impaired by the activities of the contractor unless those changes are part of the project and coordinated and scheduled with the City's project management team. The contractor shall be responsible for all coordination, costs and materials associated with restoration of services for any damaged systems. Where active systems must remain in operation during a project, systems will be clearly identified, tagged and documented. The contractor is not authorized to remove any existing jumpers or patch cables unless directed otherwise as part of the project. Unless specifically excluded in writing elsewhere, the contractor shall be responsible to obtain all necessary telecommunications installation permits, and shall be responsible for all inspection costs, coordination and inspector approval. Nothing in this document shall be construed or understood to authorize or direct the contractor to deviate from any telecommunications industry standard; federal, state, or local safety law, standard, code or requirement. The contractor shall provide engineering and installation consulting as a check against the specifications contained in this document, to relate these specifications to the equipment, materials, and services actually provided, and to insure the most efficient installation under the prevailing circumstances. Should the contractor make discovery of any inadequate infrastructure not identified at the beginning of this project, .the contractor shall notify the City of Miami and/or its representatives to determine resolution. January 17'h, 2012 • Page 72 AT&T Proprietary:.The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible The contractor shall provide appropriate on -site repair service during each scheduled cutover and coordinate with the City of Miami and/or its representatives to promptly identify and remedy any cabling problems, as required. Repair availability for any cutover that eliminates the existing working systems shall be 24/7 and response shall be within two hours of notification. If contractor does not respond within two hours, the City may contract with others to remedy cabling issues and the contractor shall reimburse the City its actual cost for the remedy. Vendor to identify bandwidth requirements between PSAPs and support facilities. AT&T Response: AT&T has done extensive calculations on bandwidth requirements, and has engineered ALL connections to the PSAPs and the WAN connections to Host Complexes to accommodate and exceed the requirements for the City of Miami. The proposed network has been designed to accommodate growth should there be a need, without enhancing the network connections. The Network Proposal is Tabbed and included in our AT&T response. CHSP Workstation GIS (Mapping) Vendor to provide a geographic mapping application at each PSAP call taker position and shall interface with the Cityof Miami map for the purposes of mapping the location of all 9-1-1 calls based on theALI of the caller. AT&T Response: Comply. The proposed solution includes xTrakkerTM, microDATA's third -generation, mapped-ALI application. Because xT911TMand xTrakkerTM will be integrated, it will therefore be possible to answer calls and instantly speed -dial response agencies directly from the xTrakkerTM map display. Mapping application to provide display (icon or graphic) of received caller location, based on ALI information, including re -bids and Wireless 911 Phase I and Phase II information. January 171h, 2012 Page 73 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsit Rethink Possible AT&T Response: Comply. When a call is received that contains a valid address from the ALI database, xTrakker automatically captures the address data and immediately zooms and centers the map display at the spatial location of the ALI. A callout at the call location displays information about the caller's location. This includes caller name, address, phone number, coordinates and site pictures, if available. The class of service will also be displayed. On a landline call, this could be residential, business or private branch exchange (PBX) data, among others. xTrakkerTM can be configured to display ALI rebids and Wireless Phase II (WPH2) rebid history directly on the map. When a Phase I wireless call is received, xTrakkerTM displays the location of the cell tower that handled the call as well as its "footprint," which is the geographic area covered by a particular wireless cell or cell sector. A callout at the cell tower location will also display the wireless phone number and the name of the wireless service provider. When a Phase II wireless call is received, xTrakkerTM automatically captures the location information and zooms and centers the map on the caller's location. The WPH2 call symbol displays on the map to indicate the caller's approximate location. A callout at the call location displays the wireless phone number, the name of the wireless service provider, and the latitude and longitude coordinates. Be able to display all ESRI compatible vector data products (points, lines, and polygons AT&T Response: Comply. Because xTrakkerTM is built on the most current version of ESRI's ArcGIS Engine, it possesses the capacity to display all ESRI-based data. The product also supports several other geo-database options. Allow user to display and use as many map layers as is practical without cluttering the screen. User can turn map layers on and off as desired. AT&T Response: Comply. A table of contents lists all map layers that can be displayed on the xTrakkerTM- enabled monitor. .The checkbox next to each layer indicates whether or not the layer is January 17th, 2012 Page 74 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atstt Rethink Possible currently drawn on the map. The box can therefore beiunchecked to turn off that particular layer. Be able to display imagery (orthophotography, oblique photography, etc.) in same map view as vector data. AT&T Response: Comply. One of the primary features of xTrakkerTM involves its ability to display various kinds of imagery alongside vector data, assuming this information is part of the existing database. xTrakkerTM includes an imbedded interface to customer -provided PictometryTM imagery as well. The screenshot on next page shows how such an image would appear to the call taker. January 17th, 2012 Page 75 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible w.: .i.« r-+••...y:. lee I.c Q,m,.L.,ULI 06: .m -71412111.44.12 OW. as m Ienor PMAY ymmmeri. MRuerYa,mlue �y as7 CRANSION 4 d ve.Ge.umwmsm.ez E ' Sec Geomev YtlN60 7i• rra'�JreibTtieR limn Gromnr Idat 1 a OLTllfC" _71.�f.De V . . Locate 9-1-1 calls using address ranges from street centerlines or "absolute" addresses using address points. If software cannot find correct address point for a 9-1-1 call, then address ranges will be used to find location.. AT&T Response: Comply. Calls are located by point or, if point information is not available, by address range. Be able to utilize a.street name alias table for call location and manual location queries. January 171h, 2012 Page 76 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. g at&t Rethink Possible AT&T Response: Comply. Alias tables may be used for queries. Be able to find closest address match within ESN if exact match or alias match does not work for call location and manual location queries. AT&T Response: Comply. The feature, Geocoder Match Score, assigns a -numeric total (ranging from zero to 100) to each potential candidate, based upon how closely it matches the address entry. A score between 80 and 99 is generally considered a good match. Be able to accurately plot X-Y coordinates in Phase I and Phase II calls. AT&T Response: Comply. For Phase I wireless calls, xTrakkerTM displays the presumed location on the map based upon the cell tower that handled the call. For Phase If wireless calls, it plots the location based upon latitude/longitude data transmitted with the call. Ability to display location infoiivation at each call taker position for calls pending. AT&T Response: Comply. As with xT911TM software, ALI data is presented with a call to an xTrakkerTM user even before it is answered. Include GUI -based tools to allow user to identify, pan, zoom in, zoom out, zoom to previous extent, and zoom to full extent. January 17`h, 2012 Page 77 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible AT&T Response: Comply. The Map Toolbar offers a wide selection of GUI -based tools that allow all sorts of navigation options, including those noted above. CO©® Nt rs 671 Image Cabb9s ® Bookmarks Be able to locate addresses manually using street address, lat/long, landmark, or linear referencing system. AT&T Response: Comply. Various manual methods are available to the xTrakkerTM user in order to locate a particular address. These include the Intersection Search, the Community / Zone Search, the Common Places (Landmark) Search, the Exit/Mile Marker Search, and the ESN Search, as well as searches by x—y coordinates. Allow user to measure distances on screen (units TBD). AT&T Response: Comply. The Distance Tool allows users to measure the distance between two points, while the Area Tool calculates the area of any polygon drawn on the map. Distances are measured in feet (linear) and square feet (area). Allow user to print or export image of map screen. AT&T Response: Comply. Output options include printing a hard copy, exporting map data as an Excel worksheet or PDF, e-mailing as a PDF attachment, or sending as a fax. January 17t, 2012 Page 78 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible Allow user to log street and address errors, including a map image of error. AT&T Response: Comply. The xTrakkerTM Add Map Discrepancy dialog box allows a user to efficiently submit a discrepancy notification to the GIS database administrator; map discrepancies for active and closed calls can be created directly from a call record. The screenshot below illustrates how this is done. . ._ - . ..,.., t . 5 t :r r: a< .' ,-- ., .. ilddMapDiscrepancy,' ' }.;.rr �t °"� Lr*Y} L S 4 3d��� t d- lA` i°.�1" at�IC C(YrC ` +rws"�L e. ,^t-^lt�9..t ,�` 'Sz2 ,ry; , .....,A,, . ,a�Ti. ':'_"P r'` ra +Y-L e y'.tiz' a °r' �" ..f! ; .- k h -F -. ar, y.--l`:.liv'cxw•,.iy-'4s" �G1:..ra`�i.^. -. �-•=_.. —.....m'�-r..�r .L.. _ '.l _. ,_3g--b1W_s:F oscType: i Address notfound in GIS data "' -- w '�- �"-Y; Map t>daib { } r Top: 141.699728002 1 Sale 1:989 ,'' Bottom: i 41.698165093 I CerrterX: '+� 71.26182997 y Left (_71.26384113 i CenterY: 41.698946548 I .,0.,i t, Right: i-71.25981882-.kc. -+Sr '~ - .z•'� e'• -. - 9 a'r —r" ids ,. �. 'Y Capture Current Map Image j vy r Remarks: ?... Please add house number "8"to Tina CC Bristol. • I? Help _I J® Print _) 1. Submit_ I r Cancel 1 Be spatial MSAG compatible. AT&T Response: Comply. xTrakkerTM is compatible with a spatial MSAG. Ability to display multiple layers of available information, including: • Street centerlines and road types • Point data, such as specific buildings or addresses January 17th, 2012 Page.79• AT&T Proprietary: The information contained herein is for use by at&t authorized persons only and is not for general distribution. at&t Rethink Possible Allow user to log street and address errors, including a map image of error. AT&T Response: Comply. The xTrakkerTM Add Map Discrepancy dialog box allows a user to efficiently submit a discrepancy notification to the GIS database administrator; map discrepancies for active and closed calls can be created directly from a call record. The screenshot below illustrates how this is done. SFi:1dd Map Discrepancy DscType: Address natfound in GIS data Map Ettertt Top: 41-699728002 1 Scale Bottom: 141.698165093 I Center X: Left l _71.26384113 : Center Y: Right i _71.25981882 1:989 -71.26182997 141.698946548 Capture Current Map Image Remarks: Please add house number "8"tolino Ct Bristol. Help Il® Print J Submit I 1 Cancel. Be spatial MSAG compatible. AT&T Response: Comply. xTrakkerTM is compatible with a spatial MSAG. Ability to display multiple layers of available information, including: • Street centerlines and road types • Point data, such as specific buildings or addresses January 171h, 2012 Page.79 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t. Rethink Possible • Substructure (utilities) layers • ESN/ESZ and jurisdictional boundaries • Water features • Parcel boundaries 0 • Building layouts and graphical images •. Ortho/oblique photo imagery • Others to be defined (vendor to identify any limitations) AT&T Response: Comply. The accompanying screenshot shows a partial listing of the multitude of layers that are available for viewing in xTrakkerTM, which includes all the items noted above— and many more_ January 17th, 2012 adle;t?Gonterit B r Map23 ® 2 Landmarks ® ElEste [1+ ©ESA p E Wireless Towers p+ © Cameras Highway Exits p+ E Mile Posts p 0 Streets pp Major Roads p wr Driveway p Electrical Lines o 2 SNE Q+ Q RIBIKE p Railroad p E. Footprints Page 80 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. =i JPFT Jut at&t Rethink Possible Work Station Requirements Operating System: Required operating system will be provided by the Vendor and shall be an open architecture based system and be menu driven. Microsoft Windows current version at time of implementation for client workstations is required. AT&T Response: Comply. The proposed xT911TM platform utilizes the Windows 7 operating system. All servers and related hardware components are built on a Windows platform, which satisfies all elements of this requirement. System Reboot: When the workstation is rebooted, the CHSP shall be automatically loaded. AT&T Response: Comply. The xT911Th call -handling software is resident on every workstation; the application does not need to download from a central server, so it is automatically available as soon as the system reboots. However, because it is a program that functions as any other software might, one still needs to click on the icon to re -launch xT911TM before logging back in as a user or administrator. Log -on and Password Protection: A password protection scheme with multiple levels of priority -shall be incorporated into the operation of the CHSP to allow for system operations and administrative functions by approved emergency staff personnel only. AT&T Response: Comply. xAdminm provides centralized management of user permissions, rights, and security settings by designated administrators. User names and passwords are the primary security schema employed to ensure that administrators can exercise control over who has access to what level of systems operation. January 171h, 2012 Page 81 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible ve.. seams gob e�1 • Monitors Vendor to provide a minimum of two 20" LCD monitors for each workstation position with the main operation monitor being a touch -screen. AT&T Response: Comply. The AT&T proposed solution includes the placement of two 22-inch LCD monitors at each call -taking position. The primary monitor, which displays the xT911TM functionality, is a touchscreen model; the secondary monitor, which displays the xTrakkerTM mapping functionality, is a non-touchscreen model. It should be noted that xTrakkerrm is designed to allow calls to be answered directly from that application. In order to avoid operational confusion when switching one's focus from the primary to the secondary monitor, the customer may instead elect to deploy two touchscreen monitors at each position. Automatic Location Identification (ALI) Display CHSP shall provide an ALI display format that shall be capable of displaying a minimum of 1000 characters of ALI data. AT&T Response: Comply. There is no limit to the number of characters of ALI data that may be displayed. January 17'h, 2012 Page 82 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible The CHSP shall allow the user to view the ALI data, clear the screen, print the ALI data on a printer or re -display, at a minimum, the ALI of any calls in progress plus, at a minimum, the last 100 E9-1-1 calls received in the previous two hours. AT&T Response: Comply. Properly credentialed users in the City of Miami may access, view, print and/or export ACDR data including ALI data for any calls that are stored in the database. Local administrators have the ability to establish various parameters, including restricting the length of the "look back" period to one week, thirty days, one quarter, one year, or no limit, as well as allowing individuals to view only the calls they handled, etc., and furthermore apply these (and other) parameters to specific groups —line staff versus supervisors, for example —as well as to individual users. When an E9-1-1 call is placed on hold and another E9-1-1 is answered, the ALI displayed will change to correspond to the new, call. AT&T Response: Comply. ALI data is delivered to call takers upon the presentation of a call, which means whichevercall is active has its ALI data displayed on the screen. The CHSP shall allow for the manual repeat or rebid of ALI. AT&T Response: Comply. The proposed system can be configured to automatically rebid ALI, based upon a pre -determined time parameter. Automatic rebids can be configured by class of service so that, for example, Phase 1 cellular calls can be rebid automatically every 30 seconds, if desired. In another example, residential calls can be set up to never rebid automatically. All location information (Tier 2) and supplementary data (Tier 3) can be sent with the call to ensure timely delivery, if it is available when the call enters the system. Subsequent rebids of any of the PSAP-facing data source causes the system to re -query the original data source for updated information. For manual rebids, call takers would simply click the Rebid ALI button in the ALI display window. January 17th, 2012 Page B3 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible When the user returns to the E9-1-1 call on hold, the ALI data displayed will change to correspond to that call. AT&T Response: Comply. ALI data remains with all active calls, even when they are placed on hold and subsequently retrieved - The. CHSP shall provide the capability to send`any re -display of ALI to CAD on demand. AT&T Response: l . For manual rebids, call takers simply click the Rebid ALI button in the ALI Co m py display window. ALI Database Interface ALI information shall also be received as a result of a manual and automatic retransmit request issued by the workstation. AT&T Response: The ANI/ALI from the ALI databases is .displayed both during call presentation Complyproper credentials may and during the active call. Authenticated users who possess the rparametersthat configure default rebidding as it meets their needs, based upon a range includes Class of Service. aeries The CHSP shall provide capability for immediate electronic retrieval of manual q of the ALI Database, based on the ANI. AT&T Response: Comply. The ability to perform manual queries of the ALI database is governed by perml.ssio ns and settings as established by the local administrator in the City of Miami. Page 84 January 171", 2012 AT&T Proprietary: The infornmation contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible Since many counties and states have stringent laws associated with performing a reverse query, administrators who possess the appropriate credentials may configure xT911174 to require the call taker to enter a reason for the reverse query in the Reason for Reverse ALI Query section of the Reverse ALI Query dialog box. Call Handling Screen Customisation The CHSP shall allow for customization by the user that at a minimum will permit the changes to screen colors, font preferences and module window size and location. AT&T Response: Comply. If the administrator has configured the system to allow layout changes, users are permitted to customize the layout of their xT911TM user interface. Panes are selected, moved and docked. These layout settings may then be saved and made available to each user, no matter which station on the network the logged -in call taker is using. The screenshots that follow illustrate how these customisations are selected by the individual call taker. See following page January 171h, 2012 Page 85 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t January 171h, 2012 URIM DUMB OMB U = " sTOSIJ.E011J UWE Diana IMENT U 4.11,11..CES. Rethink Possible • Sida !II.-Q. gag Ajlile13 - Ka.. 19. Xistal, 6211.41ara lig Imola 41190.10 11:141010ieleiC, ••••.• 01.1. Page 86 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible The CHSP shall provide the capability for PSAP administrators to lock down the capability to customize the screen if desired. AT&T Response: Comply. Administrators who possess the proper credentials have the ability td prevent call takers from making screen customizations, or to enforce a specific system -wide "look" for all participants. Call./ Line Indicators The CHSP shall indicate incoming emergency and non -emergency calls by both audible and visual means. E9-1-1 lines shall have a different audible and visual signal from other lines. AT&T Response: Comply. xT911TM includes both visual indicators and ring tones to notify caller that a particular incoming call is available to be answered at their position. Systems administrators may also assign unique ring tones to distinguish between 9-1-1 calls and administrative calls. The illustration below shows how emergency and non -emergency calls may be displayed differently on a call-taker's monitor. WASWNBTOR. OEORG 90S BRawn ROCK NEW BRUME WO21911.111 RESD Queue: OAIAWSAP311 Ca ADAMS.J01,. 125 E COMMERCE NEW BRAUNFEI (8021911.111 The CHSP shall have a visual display indicating the status (ringing, busy, and on hold). AT&T Response: Comply. Please see the illustration below for an exaanple of how this information is displayedin xT911h. Properly credentialed administrators have the ability to define the January 171h, 2012 Page B7 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. Rethink Possible default Active Calls window grid settings and column order, as well as establishing groupings and sorting preferences. ilcorning 10:32iis The CHSP shall provide indication of the current status of each E9-1-1 and non - emergency line. Indicators shall include but not be limited to: On line, On Hold, Transferred to (Location Specified), and Terminated. AT&T Response: Comply. As noted above, the line status of every call is available for view and includes a number of call categories, including (but not limited to) on line, on hold, transferred to, terminated, abandoned, etc. Caller ID/ALI PSAP equipment shall provide for ALI retrieval from Caller ID on business lines or a manually entered telephone number. AT&T Response: Comply. The Caller ID received with each call will be shown for 9-1-1 calls as well as for administrative calls, with a distinctive icon differentiating between 9-1-1 calls and administrative calls. The ALI data associated with each call is displayed as well. January 171h, 2012 Page 88 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. ' at&t Rethink Possible Hold Ability to place calls on hold for retrieval by any call taker (Call Park) AT&T Response: Comply. If a call taker selects the Park command for an active call, that call is placed into a public hold that allows any available agent to answer the call. Call On Hold Reminder The CHSP shall provide a reminder that alerts the telecommunicator after an administrator configurable timer has expired when the call is on hold. The Vendor must explain how this requirement will be met. AT&T Response: Comply. 9-1-1 calls that are put on hold are sent to a private Hold queue that is specific to the station that placed the call on hold. This process allows calls left on hold for too long to be routed back into one of the other predefined alternate queues, based upon xSwitchTM and ACD settings. A visual and/or audible signal is activated whenever a held call exceeds its predetermined maximum hold time. Abandoned Call Display The CHSP shall provide a unique display that identifies each abandoned E9-1-1call. The display shall include the ANI and ALI for each abandoned E9-1-1call and shall provide an audible and/visual alarm. AT&T Response: Comply. The AT&T proposed solution retrieves the ANI information with each call, queries ALI immediately, and then appends the ALI to the call record, regardless of the status of the call. An audible chime and a visual alert can be configured to notify call takers that an abandoned call has occurred. This ALI information is available for January 17th, 2012 Page 89 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible immediate review by the call taker, and the caller can be rung back with a single mouse -click. The screenshot shown below highlights an abandoned call within the xT911TM Active Calls list. is3"s'i4;�a+ `State !Received r'Customer .Call Back# .Agent :pass Duration Address ALI Key Station ,Direction :PSAP 'Community ESN 'Queue Iconnected : Mar-04-0817:25:51 ' MIKE'S BAR AND GRILL! 8029111101 JI Calltaker User A7s, I P$X13 100:00:00 150 CHURCH 181127485503 1 102 incoming I QALABPSAP 1:BURLINGTON 1355 1911 Calls effiandOneMarigAttti:;:4i-.44-4-4_64113.0.SS-44.(U6-.10.,M .- 4+ _ ?Kr it AdYMaj��c'k&��� `�343jTaCyRigz0'974567$,u�44 fp t,#in9 ti; iAl A-MsO PBt/R.; .. 'AMIAI- Tnstant Audio Playback The CHSP shall provide for immediate playback of the audio portion of the last 20 minutes of the last calls received. When playing back E9-1-1 calls, the ANI/ALI data for the call being played back shall be displayed. It shall have the capability to playback audio while on a call. AT&T Response: Comply. The IRR has the ability to play a recording back to the caller, in its entirety and without time restriction. All call information is available, including the call type (9-1-1 or admin, etc.), ANI and ALI, ring time, end, time, call duration, incoming trunk/circuit, call server, and queue. The call may be played back even while it is still active. It shall be digitized and independent of Nice call logging and recording equipment. AT&T Response: • Comply. The AT&T proposed solution has built-in IRR functionality within the xT911TM application. IRR is directly integrated with current or previous calls and operates independently of any extant call -logging or recording devices. . s January 17t', 2012 Page 90 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible The CHSP shall provide the capability to save any audio recording for long-term storage. AT&T Response: Comply. The level of maintained call recording history is limited only by storage media capacity and associated parameters, as established by the system administrator. Redial Ability to support one -button re -dialing of recent calls, including abandoned calls. AT&T Response: Comply. Authenticated users with the required credentials may ring back any call in the historical record, whether completed or abandoned. Redialing calls entails the same process, whether 9-1-1 or administrative. As the screenshot below indicates, users may view the time and date of the call, whether it was inbound or outbound, the class of the call, ALI information in addition to customer information, and the CDR record. State Re,al;a�� end Class Duration Direction :PSAP #i•abandoned 4Jun i110.Q8 ;13AB 12 ...:.....: . n _ January 17th, 2012 Page 91 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsit Rethink Possible Barge In The CHSP shall provide Silent Barge -in capability to allow one or more workstations to participate in an ongoing E9-1-1 call without any audio indication that another workstation has joined in the call. AT&T Response: Comply_ The proposed solution will -grant properly authenticated users/the ability to barge in and speak, or to discreetly monitor any calls in progress across the system. The Shadow Monitor feature allows a user to monitor a call without divulging that detail to the active call taker. Alive Cells 1 'I N 1. ' -• Plantar call = (M/ 51')Bd6Y! Mar6tur Actn : PSAP inRem Cai1I Built WState Class ESN = -WPH r242-4 ►'MiEROIJATA S -=# 28-05--141148-_-----(8U2-74361J&'-s..ckm fet ISActive Calls 10Call History L_ , Stations Ca11 Monitoring The CHSP shall provide the, capability for one or more workstations to monitor an ongoing E9-1-1 call. AT&T Response: Comply. See screenshot above for a depiction of the feature button that allows a user to monitor an active 9-1-1 call. January 171h, 2012 Page 92 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution: at&t Rethink Possible Visual Indicators The CHSP shall provide a visual indicator when the active call is being monitored or when the silent barge -in feature has been activated. This feature shall be able to be turned off by the PSAP manager if desired. AT&T Response: Comply. Silent barge -in is yet another feature that can be activated or disabled by any administrator who possesses the proper credentials and permissions. ACD Functionality The system, at minimum, must have robust ACD capabilities included with multiple agent groups, agents per group, supervisors and reporting capabilities. AT&T Response: Comply. Groups and queues may be added, including adding queues on the fly for specific active situations. These permissions, rights and settings govern the abilities and restrictions of individuals and groups, including access to different reporting capabilities. In addition to the stan&rd telephone features, ACD functional keys are required: • Ability to Log-On/Off to multiple groups • After Call Work utilizing disposition codes, e.g. incident follow-up etc. • Make busy utilizing disposition codes, e.g. breaks, lunch etc. • Supervisor request • Ability for ACD staff to determine the number of waiting in queue at all times (without pushing keys to bring statistics forward). • Ability for multiple information announcements (per queue/department) provided for callers in queue. January117`h, 2012 Page 93 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atst Rethink Possible Ability for multiple queue wait time information announcements (per queue/department) provided for callers in queue, for example: number of calls ahead of caller or expected wait time. • Ability to overflow agent groups built on predetermined software based business rules, e.g. excessive wait or ring times. , AT&T Response: Comply with explanation. Most of the functions listed above are accommodated as part of the proposed system's ACll operability and related function keys. They can, for example, accommodate supervisor requests, disseminate data to ACD staff as to calls -in - queue, overflow calls to other agents based upon excessive wait times, and users can log on and log off to multiple groups. Multiple messages may be created and disseminated based upon the specific department being called (via xPBXTM). Also, users may show themselves as "busy" and create IVR (interactive voice response) messages based upon their permissions, rights and settings as granted by the administrator. Finally, one of the functions of xL.oSTTM allows for messages to be offered to 9-1-1 callers based upon their geographic location. However, the system's dynamic messaging service can only serve a single message at a time —albeit one that can be changed often and at a moment's notice —and does not currently offer multiple queue -type recordings (countdown) to alert 9-1-1 callers as to how many calls lie ahead in the queue, nor what one's expected wait time might be. Also, in lieu of utilizing disposition codes as suggested above (on break, at lunch, etc.), call takers should instead simply log out of the system. Conference. Transfer and Auto Dial Functions The CHSP shall be capable of initiating E9-1-1 call transfers from each workstation. AT&T Response: Comply. Call takers may transfer callers by using the Selective Transfer Agency buttons, the Contacts speed dial listing, or by direct dialing —in any order and in any combination. In addition, the interface may be configured with more than four selective transfer agencies. January 17", 2012 Page 94 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible Transfers are to be accomplished through manual dial; speed dial and auto dial function that shall be programmable at a system level for different call taking profiles. AT&T Response: Comply. Administrators who possess the proper credentials can determine which call takers may or may not have access to specific dialing functions. The CHSP shall specify the number of auto/speed dial arrangements per workstation, (a minimum of 100 are required) and the options available for expansion. AT&T Response: Comply. The proposed system includes a speed -dial contact list that can show an unlimited number of contacts. brio Cbge T-7 re 6111 .FK la laVt..FD Authenticated users with the . - Win; appropriate credentials have the H °'rt"5, .- ability to create an unlimited number kW manna, _. of contacts, plus an unlimited number La swarm IESCIA of descriptive categories where r. contacts can be placed for easy ® �.� '®�� F0 grouping and retrieval. The proposed B solution will allow the call taker to 8.•14.,..:,,Fs: cBSZ 7.1 access the contents of a -Fee contact list group with a single button East B°``"``" cue ^w 7 sag •t 1n PaI.V1 Main click of that group from any xT911 TM position on the network. The system also performs an auto -complete function (as illustrated in the accompanying screenshot) that allows users to more quickly locate the proper speed -dial contact. The CHSP shall also contain system auto/speed dial arrangements that are administrated system wide. AT&T Response: January 17th, 2012 Page 95 AT&T Proprietary: The information.contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible Comply. The speed dial functionality is fully programmable by authorized administrators, with terms that may be selected based upon individual -user, PSAP-wide, or system -wide rules. The CHSP shall provide a manual option for on screen dialing of outgoing calls. AT&T Response: Comply. A popup window in xT911TM allows for manual on -screen dialing. 1DD Call Recognition The CHSP shall fully support all ADA laws with integrated TDD/TTY features in every workstation. AT&T Response: Comply. The proposed solution complies with NENA-04-001 Standards for E9-1-1 PSAP Equipment, 5.18 TDD/TTY Compatibility. TDD/1TY calls must have the same functionality as voice calls. AT&T Response: Comply. 'U )D/TTY functionality can be utilized on all line appearances, both administrative and 9-1-1. The proposed solution supports hearing carry-over to allow for full duplex voice communication between call taker and caller, plus simultaneous TDD/TTY. It also allows for the transfer and conferencing of TDD/i"1'Y calls, as with any other call. 1 DD/TTY detection must be automatic. AT&T Response: Comply. A TDD/1"1'Y call is detected automatically upon receipt at the workstation. January 171h, 2012 Page 96 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible The entire conversation must be captured and provide a permanent record of TDD/TTY dialogue logged and easily retrieved. AT&T Response: Comply. The messages created as a result of TDDJ TTY conversations are logged, stored and retrieved just as easily as voice -based conversations. Pre -Programmed TDD Messages It is required that the CHSP shall accommodate pre-programmed messages particular to a workstation profile. The minimum capacity for each message shall be at least 32 characters. AT&T Response: Comply. Selections of preset messages are included within the General tab of the TTYA DD window, as shown below. In general, customers prefer to define the number and content of their own pre -defined messages for four primary tabs (General, Fire, EMS, and Police). Pleas see below for sample messages within the General tab: Transcript I• Letters r Figures - Calltaker: Reset Send `•':•Preset Messages Fire IrGen malt: Medical 1 Police WHAT IS Yobs PHONE NUMBER Q GA .5 l WHAT IS YOUR NAME Q GA i WHAT ADDRESS TO SEND HELP Q GA I I 1 VERMONT 911 EMERGENCY Q WHERE Q GA STAY NEXT TO YOUR TTY HD STAY CALM HELP IS ON THE WAY GA 1 i • CALL IS BEING TRANSFERRED TO POLICE BD January 17t,.2012 Page 97 . AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atslt Rethink Possible • WHAT IS YOUR NAME Q GA • ARE VICTIMS STILL AT SCENE Q GA • LEAVE NOW SKSK • CALL IS BEING TRANSFERRED TO FIRE DEPARTMENT HD • STAY CALM HELP IS ON THE WAY GA • WHAT ADDRESS TO SEND HELP Q GA • STAY NEXT TO YOUR TTY HD • CALL IS BEING TRANSN'ERRED TO A MEDICAL PLACE HD • 911 WHAT IS YOUR EMERGENCY Q GA • WHAT IS YOUR PHONE NUMBER Q GA • ARE VEHICLES S FILL AT SCENE Q GA Pre-programmed messages can be changed for each profile at an administration level with password protection. AT&T Response: Comply. City of Miami Administrators who -possess the proper credentials have ' complete control to activate or deactivate this feature. Each pre-programmed message shall be transmitted by the depressing of no more than three keys or buttons. AT&T Response: Comply. The TTY Messages data table is located in the TTY section of the xSwitchTM configuration navigation pane. To save call takers from having to type common phrases on TTY calls, TTY messages can be defined within this data table. TTY Messages records display in table form. These messages may be transmitted to the caller by pressing no more than three keys. January 17th, 2012 - Page 98 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible Automatic pre-programmed greeting message transmitted in Baudot upon detection of TDD call. AT&T Response: Comply. This feature is a standard function within xT911TM. A means shall be provided for the telecommunicator to interrogate a silent call. When the silent call interrogation is initiated, the CHSP shall attempt to communicate in ASCII format at all standard speeds and shall send the preprogrammed greeting in ASCII if successful. If unable to communicate in ASCII, the CHSP shall send the greeting message in Baudot. AT&T Response: Comply. One of the functions of the AT&T proposed system allows call takers to initiate a'1'DDf1TY challenge on a silent call via a keystroke. In the event a TDD/TTY is detected on the caller's end, the system sends a canned greeting and the conversation is allowed to proceed. The CHSP will ensure that complete headset audio (sendlreceive) is available to the call taker while sending and receiving TDD messages (VCO/HCO). AT&T Response: Comply. The proposed solution supports hearing carry-over to allow for full duplex voice communication between call taker and caller, plus simultaneous TDDIf1'Y. Once a TDD call is initiated in addition to the pre-programmed messagesall keyboard characters will be transmitted and used to communicate. AT&T Response: Comply. The proposed solution utilizes the workstation keyboard to facilitate communication with the calling party. January 17th, 2012 Page 99 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible Multiple Operators The CHSP shall allow two (2) or more operators or the supervisor to pick up on the same call, participate in the conversation and receive ANI/ALI Data at their workstation. AT&T Response: Comply. A call taker may conference -in one or more parties, and without suffering any degradation in audio quality. Call takers and/or supervisors joining the call also see ANI/ALI data associated with the call. This feature shall be able to be turned off by the PSAP manager if desired. AT&T Response: Comply. Administrators who possess the proper credentials have complete control to activate or deactivate this feature. Previous Caller Information The CHSP shall provide one field on the E9-1-1 screen that will display the date and time of the last three E9-1-1 calls placed at the current telephone in the last three years and includes any comments saved to the auxiliary information/comment field for that ALI record. This information will be obtained from the Call Management Information System. AT&T Response: Comply. The level of maintained call history is limited only by storage media capacity and associated parameters as established by the system administrator. The system is only limited by the amount of available hard drive space. Customerstypically establish the archival timeline that makes the most sense for their agency and that meets applicable local and state retention laws. Automatic Rebid Capability January 171h, 2012 Page 100 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible The CHSP shall provide the ability to initiate an automatic rebid of ALI for wireless E9- 1-1 calls. AT&T Response: Comply. The system can be configured to automatically rebid ALI, based upon a pre -determined time parameter. Automatic rebids can be configured by class of service so that, for example, Phase 1 cellular calls can be rebid automatically every 30 seconds, if desired. In another example, residential calls can be set up to never rebid automatically. Carrier specific time thresholds for the initiation of automatic rebids shall be programmable AT&T Response: Comply. The frequency with which ALI rebids are performed is fully programmable The PSAP administrator shall be able to turn this on and off. AT&T Response: Comply. Administrators who possess the proper credentials have complete control to activate or deactivate this feature. One Button Call -Back Capability The CHSP shall provide capability for automatic dialing of the telephone number of an E9-1-1 caller by depressing a single button/key if the caller has hung -up was disconnected or the call was abandoned. AT&T Response: Comply. Any call contained within the system or PSAP call history (depending upon rights and privileges) may be called with a'mouse-click using the Ringback Call feature. January 17th, 2012 Page 101 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsit 1 State class Direch on Received v Du ration PSAP LI! Platy Recording Show Ali Show CDR and ® Show On Map tiba I customer Info: 'WPH2 ID 25 .;RingbackcaU:. 41. =04-00 15:46.47 Rethink Possible This feature shall include the capability to call back 9-1-1 calls from local and non -local wireline telephone numbers, and wireless and PBX telephone numbers. AT&T Response: Comply. This feature is available to the call taker irrespective of the class of call that was received. Auxiliary Information/Comment Field The CHSP shall provide a field that will allow the PSAP to enter free form data relative to a particular telephone number. The field shall hold a minimum of 512 characters. This field shall be scrollable and shall display a minimum of 80 characters per line. This field may be a pop up window in which case a symbol will flash on the E9-1-1 display if data has been entered in this field and the popup window shall be opened by pressing only one function key. The data shall be stored on the server/workstation and shall be available to all workstations at the PSAP. AT&T Response: Comply. Agent Notes are linked to a specific call record. In the sample screenshot following, an Agent Note was captured on June 18 at 06:07:48 p.m. These notes may be accessed within xT911TM (by pulling up the call record) as well as in the xMISTM reporting system. This feature complies with all stated requirements. January 17th, 2012 Page 102 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible All Display - , ,,_...„..,:i.Z,„____,,,„,,,,d-I51• (832J 7485503 6r16120096e7:48 PM 19 1802] 7485503 FXS 8Part CH 1 383 911 Calls 20 MICRODATA GIS INC BUSN , — 911 dosed (015 b0-000 ESN= 383000 (8.02) 748-550318:09 06/18/2009 1016 ROUTE 5 748-5503 BUSN SAINT JOHNSBURYVT AT.T.RK 8027485503 MICRODATA GIS INC AI:T TELCO= .VERI2. g= 00000000000CNF= 000000. Y + .000000000OS= D= ST JOHNSBURY VSB ST JOHNSBURY FD CA?•—X AMB 1 of 1 — Aget Notes This is where you enter agent notes about a call. Save The CHSP shall automatically display the information or comments in the auxiliary information/comment field when the associated ALI record is displayed. AT&T Response: Comply. ANUALI Remarks are ]inked to the specific ANI/ALI and are available upon receipt of each call from that number. Data are entered and subsequently displayed in the same manner as are Agent Notes (depicted above). January i7th, 2012 Page 103 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible E9-1-1 Tagging By Discipline The CHSP shall provide a method to tag E9-1-1 calls for identification as Law Enforcement, Fire, EMS or a combination of disciplines using no more than a maximum of two key strokes or mouse clicks. AT&T Response: Comply. When a call is released, the dialog box titled "Select Incident Type for Call" will display. If the call taker had conferenced in a selective transfer agency (STA) or a contact that fits one of the incident categories (PSAP, Fire, Law or EMS), that category will automatically display in the text box, as is illustrated in the image below. (If multiple agencies were involved in the call, xT911TM defaults to the last agency that was involved.) Otherwise, this text box will be blank. 54ectinaclentTypeiortal1 i ..� SelectAn Incident Type forthe Call from the Selection List Below. EMS I Cancel ! OK elect Incident Type For'(all ": SelectAn Incident Type forthe Call from the Selection List Below. PSAP Other Unknown Fire Law January 17th, 2012 Page 104 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible NON CTI Telephone Handsets Differing models of display telephones based on the department requirements. • MPD requires twenty three non-L 1'1 telephone handsets to accommodate the administrative telephone lines and enough programmable buttons to accommodate one button speed dials/intercom calls defined in the MPD Non -Emergency Call Operations section of this document. o The same will be required at the FTC backup site. • MFD requires three non-CTI telephone handsets to accommodate the administrative telephone lines defined in the MFD Non -Emergency Call Operations section of this document o The same will be required at the FTC backup site_ Call Appearance Busy Lamp Field, DSS or equivalent visual indication via display phone with minimal feature activation. Telephones providing easy single button access to standard features including hold, transfer and conference. Support of American Disability Act (ADA) requirements, including amplified handsets and support of TTY devices for those with a hearing disability. Headset port integration and designated on/off buttonon the telephone. Display of internal CID name and extension. Display of CID information provided by business class caller ID. Ability to support multiple line appearances in requested departments as well as a personal extension. Departments may require a "general line" for the ability to ring one number to reach anyone available in the group, rather than trying multiple extensions. Ability to have speakerphone options to include; true full duplex, half duplex and monitoring capabilities. Separate volume control for handset, speaker and ringing features. Distinctive ringing (unique ring per telephone line/ appearance) for phones in open areas. January 17Ih, 2012 Page 105 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible Musthave the capability of being recorded within the system recording process. Must have programmable buttons programmable as speed dials and/or intercom calls. Must have the ability and sufficient quantity to make single button speed dial and/or intercom calls to be determined by the City. • AT&T Response: Comply. Part of this proposal includes xPBXTM. This is a cost-effective, native SIP - based PBX system that functions as an extension to xSwitchn4. The solution is an i3- compliant, standards -based Volt' system designed to manage administrative calls while possessing and exhibiting all the functionality one enjoys with a standard PBX. Integration with existing systems is seamless. Features such as hunt groups, several different methods of paging and highly configurable voice -mail are easily distributed throughout the system, all of which is delivered through a state-of-the-art VoIP telephone device Mobile Handsets Cordless single -line and multi -line telephones with a 300-foot range for answering call center supervisor/administration lines. Mobile telephone sets supporting the ability to answer multiple admin lines while away from the base station. AT&T Response: Comply. The proposed solution has been engineered to include SNOM (brand) cordless phones that will support this intended application. Multi -line rinsing is accommodated via the xPBXTM functionality. Analog, Telephone Handsets (POTS) In the event of the PSAP becomes completely isolated, both departments require that analog phone sets be installed for emergency communications. MPD requires three with three lines and MFD requires two with two lines. This requirement is for both locations, MPD and FTC. January 17'h, 2012 Page 106 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. g at&t Rethink Possible AT&T Response: Comply. The AT&T proposed solution has been designed to include SNOM (brand) desk phones to handle administrative calls via the proposed xPBXTM product, which is entirely separate from the 9-1-1 call -handling system. These are SJP-based phones and therefore not analog -based. However, in the event the customer feels compelled to use analog telephones, it is possible to connect them directly to the system through the 66 Block. Call Management Information System (CMIS) The CHSP shall have the ability to store complete call data as described below to a data file automatically to the server. AT&T Response: Comply. The intuitive custom report wizard enables authorized users to create and save reports based upon available system data All available system data is captured in SQL and can be extracted, sorted and presented in a wide range of configurations and formats. Reports can be printed or exported using the following formats: • XML file with report data • CSV (comma delimited) • TIFF file • Acrobat (PDF) file • Web archive • Excel Moreover, xMISTM includes the ability to schedule auto -generated e-mails—with selected reports attached —based on specified date and time parameters. Reports can be generated upon demand or slated for routine processing and delivery via e-mail on a pre -determined schedule. The software will allow a user with the proper password to print or export to third -party applications (e.g., Microsoft Office) standard or customized reports from the call data. January 171°, 2012 Page 107 . AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atakt Rethink Possible AT&T Response: Comply. xIvIISTM allows reports to be exported in a range of fixed and configurable formats, or as raw data. Third -party applications such as Crystal Reports or similar software elements are supported. The CHSP shall provide a Call Management Information System capable of both real time and historical reports. Use of record management and report functions must not negatively. impact system. performance. AT&T Response: Comply. xMISTM includes more than thirty-six (36)' standard reports, with a wide range of formatting and exporting -options, including the following: • Total Calls Received: Lists call details for calls to any PSAP or call taker for a particular range. • Abandoned/Cleared Calls: Lists call details for calls which have been abandoned before they have been serviced by a call taker. • Calls by Position: Lists call details for calls to a particular station, for a particular date range. • Calls by Community: Lists call details for calls within a particular community, for a particular date range. • Calls by Call Taker: Lists call details for calls to one or more selected call takers, fora particular date range • Calls by PSAP: Lists call details for calls to one or more selected PSAPs, for a particular date range. • Calls by CLS (Class of Service): Lists call details for calls ordered by class of service, for a particular date range. • Calls by Type: Lists call details for calls • Calls by PSAP: Lists call details for calls to one or more selected PSAPs, for a particular date range. • PSAP Summary: Summarizes call statistics handled by a particular PSAP, for a particular date range. • Agent Activity: Lists activity performed by one or more call takers, for a particular date range. • Call Activity: Lists actions taken such as answered call, transferred call, etc., for each call within a particular date range. • Average Time to Answer: Summarizes various call statistics such as average time required for a call to be answered, for calls occurring within a particular date range. • Average Length of Call: Summarizes various call statistics such as average time required for a call to be answered, for calls occurring within a particular date range. • Shift Summary: Summarizes various call statistics for calls between a particular start time and end time, for a particular date range. • CaII Taker Summary: Summarizes call January 171h, 2012 Page 108 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible ordered by call type, for a particular date range. • Call Detail Records: Lists. Call Detail Records for calls within a particular date range. • 9-1-1 Calls - NRF Summary: Summary of NRFs (No Record Found) for incoming 9-1-1 calls within a call -taken date range. (Note: when no ALI record is obtained for an ANI, an NRF flag is set on the record.) • Reverse ALI Itemized: Itemization of reverse ALI lookups, specifying the origin. of the query (PSAP, station and user's login) as well as the user's reason, within a bid -made date range. • ALI Discrepancies per CaII by COLD: Counts, with percentages, of calls and ALI discrepancies, grouped by Telco (company ID), within a call -taken date range. • ALI Discrepancies —Types by Creator: Counts of ALI discrepancies, by discrepancy type, created per user login, within a when -created date range. (Includes ALI discrepancies created without an actual incoming 9-1-1 call.) • ALI Discrepancies — Causes/Repairs by Type: Cause and Repair combinations for completed discrepancies per Telco, by discrepancy type, with totals, within a date range. • ALI Discrepancies Types by PSAP - Itemized: Itemization of ALI discrepancies, grouped by Type and PSAP, with a date range. • Completed ALI Discrepancies Statistics by Telco: Minimum, maximum and average times to resolve and complete ALI discrepancies, grouped by Telco, within a when -created date range. (Includes ALI discrepancies created without an actual statistics such as call duration, answer time, etc., for calls taken by a particular call taker, for a particular date range. • PSAP Summary: Summarizes call statistics handled by a particular PSAP, for a particular date range. • 9-1-1 Calls - CLS (Class of Service) by ESN (Emergency Service Number): Counts of incoming 9-1-1 calls, grouped by class of service (CLS) for each emergency service zone (which is the same as ESN), within a call -taken date range. • 9-1-1 Calls — Itemized: Listing of incoming 9-1-1 calls, within a call -taken date range. (This report includes parameters forfiltering returned data by PSAP, call taker and station.) • ALI Discrepancies per Call by PSAP: Counts, with percentages, of calls and ALI discrepancies, grouped by PSAP, within a call -taken date range. • ALI Discrepancies - Causes/Repairs by Telco: Counts of Cause and Repair combinations for completed discrepancies, sorted by discrepancy type and grouped by Telco, with totals, within a when -created date range. • ALI Discrepancies Types by Telco: Counts of ALI Discrepancies grouped by Telco and sorted by discrepancy type, within a when -created date range. (includes ALI discrepancies created without an actual incoming 9-1-1 call.) • ALI Discrepancies — Class of Service by PSAP: Counts of ALI discrepancies created, grouped by PSAP and sorted by class of service (CLS), within a when -created date range. (Includes ALI discrepancies created without an actual incoming 9-1-1 call.) • Unresolved ALI Discrepancies Status by Telco and Type: Snapshot of currently disseminated but unresolved ALI discrepancies, grouped by Telco and sorted by discrepancy type, composed at the moment of report execution. (Includes January 17th, 2012 Page 109 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. Rethink Possible incoming 9-1-1 call.) ALI discrepancies created without an actual incoming 9-1-1 call.) • "ALI Discrepancy" ALI Discrepancies Itemized: Listing of ALI discrepancies of discrepancy type "ALI Discrepancy" (in the ALI Discrepancy Types lookup) within a when -created date range. (Includes ALI discrepancies created without an actual incoming call.) • "NRF" ALI Discrepancies itemized: Listing of ALI discrepancies of discrepancy type "NRF" (No Record Found; in the ALI Discrepancy Types lookup) within a when -created date range. -(Includes ALI discrepancies created without an actual incoming 9-1-1 call.) • "Wireless NRF" ALI Discrepancies Itemized: Listing of AU discrepancies of discrepancy type 'Wireless NRF" (No Record Found; in the ALI Discrepancy Types lookup) within a when -created date range. (Includes ALI discrepancies created without an actual incoming 9-1-1 call.) • Completed ALI Discrepancies Suggested Changes: Counts of suggested changes for completed AU discrepancies, grouped by PSAP, with ' totals, within a when -created date range. (Includes ALI discrepancies created without an actual incoming 9-1-1'call.) • ALI Discrepancies - Created Counts Per Day: Counts of ALI discrepancies created per day, grouped by discrepancy type, within a when -created date range. (Includes ALI discrepancies created without an actual incoming 9-1-1 call.) • AN1 to ESN Changes Itemized: Record of xSwitch changes (the source and time for additions, updates and removals), within a when -modified date range. • ESN to PSAP Changes Itemized: Record of xSwitch changes (the source and time for additions, updates and removals), within a when -modified date range. • - - Real time call center performance will track the incoming calls and provide the PSAP management personnel with real time information and strategic management reports. AT&T Response: Comply. This functionality is provided by xMISTM. A sample summary report that includes data as described above is depicted below. The MIS system must have the ability to provide a real-time display of system availability, call taker availability, calls in progress and call queuing statistics to non- PSAP locations (e.g., Emergency Operations Center, Visitor Center; etc.). AT&T Response: January 171h, 2012 Page 110 AT&T Proprietary: The information contained.herein is for use by authorized persons only and is not for general distribution. �✓ at&t Rethink Possible Comply. In this proposal, AT&T has included xBannerBoardTM product is a Web -based, dynamic dashboard display that allows for the real-time monitoring of a PSAP's vital signs —system and call -taker availability, calls in progress, alarms, etc. —by displaying these statistics in tables, graphs and gauges to remote (non-PSAP) locations. Call Taker Summary Calls bemen 41112009 end 511120(19 for PSAPs: ANY; Coaaamitles: ANY; Call States: ANY; Calltakers, ANY; Times: 0 -2359; ShNts: ANY; Directions: ANY; Call Type= ANY; Classes of ServIce: ANY; Saud by weaseringCdRekedieme, startrime Call Taker: Oaratioa Ans Delay 5tatian 996 carts 00:11 00:00 Call Taker. Calltaker User 1 64 caIs 01:03 00:06 Call Taker. CALLTAKER USER 2 558 calls 00:39 00:04 Call Taker: Calltaker User 3 602 ca15 00:49 00:05 Call Taker Calltaker User 4 2327 calls 0027 00:04 Call Taker. microDATA Help Desk 25 CAS 0D:23 00:00 Call Taker. 51PPHONE1 1 calls 00:05 00:19 13 FmmQueac; Calado9 .s. . Page 1 or 1 Summary Total Calls 4573 Num Incoming Calls 4226 Num Outgoing Calls 347 Num 911 Calls 3209 Num Admin Cats 1270 Exemtion ¢)iwAmiwdotagis.asm Average Call Duration 00:28 Average Answer Delay 00:03 Num Trunks Used 0 Num Calltakers Active 6 Primed by uoouae bdaetLLvmtar an511t200s 934:47 AM Page 1 of 1 January 17th, 2012 Page 111 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct. Rethink Possible Real time outputs shall include system summary reports that provide information on the number of calls received, number of abandoned calls, number of transferred calls, average speed of answer, and average talk time, Positions Logged On/Ready/Available, Positions Busy/Off Hook, Positions Not Ready/Out of Queue, Calls in Queue/Calls Pending, Calls in Queue/Calls Pending, Call taker productivity reports by date range and time of day range (e.g., Available for call time, Time on Calls, Not available for calls, etc.). AT&T Response: Comply. xMISTm allows reports to be exported in a range of fixed and configurable formats, or as raw data. Third -party applications such as Crystal Reports or similar software elements are supported. Historical reporting requires system flexibility that allows a PSAP manager to create customer reports. The Call Management Information System should be user friendly and capable of generating reports for user specified dine periods. Currently the retention time is five years. Reports shall be available on an as needed basis or scheduled for specific intervals. AT&T Response:; Comply. xMISTM allows for the generation of out -of -the -box reports as well as customer -created reports, through the use of the ad hoc Wizard. Customer -created report formats may be saved for repeated use. Reporting may be automatic —employing user - specified time periods —or run on an as -needed basis. Report data may be exported in a range of fixed and configurable formats, or as raw data. Retention time is governed locally and limited only by media storage capacity. The CHSP shall provide a system to periodically archive data stored in the Call Management Information System. AT&T Response: Comply. The SQL 2008 databases may be archived manually and may also be configured to archive automatically. January 17'h, 2D12 Page 112 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible The CHSP provider shall provide data archival processes and procedures. AT&T Response: Comply. Processes and procedures for archiving will be provided. The CHSP shall provide E9-1-1 call data historical statistical information on trunk and line traffic, database communications, and call taker performance. Trunk and line statistics for all trunks, E911 administration (7-digit) and outbound shall include, but not be limited to: • Number of total calls received • Number of abandoned calls • Number of calls on a per trunk basis •' Number of calls on a per trunk group basis • Number of calls on a call type basis • Number of calls transferred • Number of calls on a per position basis • Percentage of calls answered within target time goals predefined by administrators • Average time to answer • Average length of call . • Average hold time • Number of calls with no ANI • Hourly call records January 171k, 2012 Page 113 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atst Rethink Possible • Time of Day call handling statistics • Wireless/Wireline call counts/percentages • Number of agents logged on per time of day • ALI Database communications and records statistics that include the number of times no ALI record was found, the number of ALI errors, number of unanswered ALI requests. AT&T Response: Comply. The historical statistical information requirements outlined above, plus many more, are available via the proposed solution. Extracted information may be further refined, such as Calls Transferred by Call Type, Calls By Agent, Calls By Day of Week, Calls By Time of Day, and so on. Time Synchronization Interface In order to ensure consistency of time stamps added to event records and reports, the CHSP shall be able to synchronize the server internal clock to a PSAP master clock source. AT&T Response: Comply. The AT&T proposed system is compliant with NTENA-04-001 Standards for E9-1-1 PSAP Equipment, 3.8 PSAP Time Synchronization Interface and is designed to synchronize with a NetClock. A NetClock may be supplied by the City of Miami or AT&T can provide. Logging Recorder Interface The CHSP shall provide the ability to interface with both analog and digital logging recorders. Preferably at both the call point of origin into the system (gateway), and at the workstation level. January 17th, 2012 Page 114 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible AT&T Response: Comply. The AT&T proposed solution complies with NENA-04-001 Standards for E9- 1-1 PSAP Equipment, 3.5.1 Voice Recording Interface and supports trunk -side as well as workstation -level recording. Printer Interface The CHSP shall provide the ability to interface with dot matrix, inkjet and laser printers and data logging to the CMIS system. AT&T Response: Comply. Workstations possess the ability to print to any compatible network printer. Fach PSAP shall be equipped with a Call Detail Record (CDR) function that provides for capture, search and retrieval, display, and printing of at least the following information regarding each 911 call: • Date received • Trunk seize/call appearance time • Caller's telephone number (call back number) ANI, ESRK or other routing identification • Answer time • Answering position identification • Trunk/circuit identification • Time call was released • Time call was transferred • Transfer destination January 17ti, 2012 Page 115 • AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsit Rethink Possible • Abandoned call indicator • Ringing start time • Time call was placed on hold • Time call was taken off hold, and by what position • Time the call was terminated • All ALI data, including name, address, community, ESN, Class of Service • Latitude, Longitude or X, Y Coordinates AT&T Response: Comply. The system is designed to be able to pull individual call records. Please see the . illustration below for a depiction of the information that is available for a CDR query. CaII History P.:00—P 94'6', 7 .!'.1991"e5kcal... 0.51=7. A!li U.a.b...7... : MAP 4. Scorn . ilocehrod • in.costi Bonk n 0Cisss o gnoste o Aorsino o Cu o . "e- 4.. I Isi-V-1.1 0.5,4.0 i ton, rin_n ono . non c I ns4 n•iiiniani ol 1 f soi 100 N TOWER FO) . VE-- urgoary PS5P soarMant.lic,ceitCie.oeri , • • 3.:1 Prisiary P5414 LUALLsktorniAnionnecr_lesred ,Juo..V-1_109....,-- 1 - Highbght call in Cal History 100 N TOWER RO : vs • z ,i6,,,, Fsr‘p -i 7-..v;'.1:1:=,,,,,.,,,,, .- .1 2- Cick "Show CDR" 100 Si TOMER RD ! VE ; — • — ..,,,,,,...,,,,..0; 3- CDR cisPlaYs • . , .. • . _ .. . . '''. Primary MAP ananS____33,44,8'. t1,ctiCiesred - - .00050 900) 000-0834 and primary Acinsin Cats 1 . _.. ..._ ... . . --- ..547/,.......--4 .3::_ri.4,....-.•,....,'‘,4 4i.r.4 37.13. i7L-9./riIr',7•1/28 -17..-.7.Z.,•.4.-;,..7..',..-::-.771- L.n.;'.• - ss L'', 535,, Drag a column header 1-.... gimp by that atom L.c.M-L:`,,,ZL-0303,:91tilii.::4,11fLa-'7iLIu.-4-5?,,,F=Li,'4;1:2',,,---Za's'=7,7'.-mt,..?1,--'!'.'.,' .r......., .. r , it Time bora Cede 0000000 ! ' 27,:ii-100,36*,8— ..-8',88484,44:08....*Allra94O9g39•943. thiYarsiinifiun:990351FIES9994494G00•81319942,4190,80.601199/94900..94M9IOe9LW78...- 00-27-11103436 sailPoisinionnt ...len socleococieMotemaftrunk rosins& 908 lobstns. SOB ori P.‘ 2.1.....i P.nkiDar... il.,...309031 kin-27-1110941 AtIneceiveri ALI Received from " orALIKey 1302811810T IV002014 MEI-Mist EN 292.100 N TOWER RD. CI114.81)22743606. (syk900-000000. -00041000003 CISo9 ! kin-27-11109499 otterclorgQouto Found 1 statiors in queue rnd primary Adisin CMS L6019[186999) to detiour coil tcri102209,IITCH.C1.93411WS911204 Jun-27-11109440 • tryingStotion 410I4 IS attempting so odds:49m W5P111134 to our oril using line 18 .119-23-111094:42 , freeHungiun Coltero; 9;11;.2 097t Trunk 908/pto Trio* 909 tus Ming up on ca. Jun..37-11 1094:41 tryingStationlicsuk J Atoms to Aid statko WSPC204 using We 38 resulted in snorted .....W ' " ' 27-11.1;84444 'nonoreParticiparit IlenurredAgsconnocteci audioconesGsournyllunk Flu Tnsnk 908 Isto Trunk 908 on port Zit= cat total participants rornining = 0 0 A . .. Iso..37.111190444 ' dosed ' Close, call from ALIKey 8025118102. nostorrneVERIZON WIRELESSIGLILD = 81.93.6e42-99-40114194-00155d094800 I j 1.1-05.3.11695:42 • coina lCred Abandoned call has been cleared by igertt Omar Johnson [15r"11$ January 171h, 2012 Page 116 AT&T Proprietary: The information contained herein is for use by authorized persons only arid is not for general distribution. at&t Rethink Possible Computer Aided Dispatch (CAD) Interface The CHSP shall provide multiple CAD interfaces in accordance with NENA industry standards for all ALI data. AT&T Response: Comply. The proposed solution complies with NENA-04-001 Standards for E9-1-1 PSAP Equipment, 3.4 Computer Aided Dispatch (CAD) Interface and can interface with multiple CAD systems. The vender will be responsible for media converters that are required by the two CAD systems. AT&T Response: Comply. The proposed solution includes an IP to serial media converter for each CAD server. Data including, but not limited to, latitude longitude or X, Y and Z (when available) coordinates received from wireless providers shall be passed through to the CAD system. AT&T Response: Comply. The proposed solution will provide a NENA standard ALI spill to the CAD server. External Data Base Interface The CHSP shall provide access to external databases to include, but not be limited to: ESRI based Geographic Information Systems (GIS) and database warehouses. AT&T Response: Comply. It should also be noted that the xTrakkerTM product, offered here as a mapping solution, is built on the most current ESRI ArcGIS Engine 10.x. January 17t, 2012 Page 117 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible PSAP administrator shall be able to turn this feature on and off. AT&T Response: Comply. Administrators who possess the proper level of access enjoy wide-ranging control over which features are or are not available to call takers. Software Virus Protection and Firewalls The CHSP shall include virus and firewall protection included. AT&T Response; Comply. Anti -virus protection is included as a primary element to all third -party software packages, both at the workstation and as part of each server's operating system. A firewall appliance is included as an integral part of the rack design.Virus protection shall be upgraded as upgrades become available and will be pushed to the system automatically over the WAN. Software Customization The CHSP shall incorporate any and all software items necessary to support the system including, if necessary, any customized programming to support the City's business rules. AT&T Response: Comply. The workstations being provided for this solution use the Windows Operating System and can accommodate software programs that are compatible with this OS. Software Upgrades In the event System software is improved, the City of Miami shall be notified of such improvements and given the option of accepting the improvements free of charge. In the event software change or improvement causes the complete obsolescence of part or all of January 171h, 2012 Page 118 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible the system, the new item(s) shall be supplied to the City of Miami at no additional charge. Critical updates and patches available for the CHSP must be implemented immediately without delay. AT&T Response: Comply. AT&T is proposing an all inclusive Silver Technical Support which provides microDATA software patches and updates including all minor releases, plus remote technical support for updates— for as long as the customer continues to renew its annual maintenance and support commitments. AT&T is including Future Proof which enables the City of Miami to take advantage of platform evolution for microDATA software, as the operating environment for microDATA software evolves. Specifically, the City will be provided future major releases of covered microDATA software during the life of the deployment with AT&T . For purposes of microDATA's Future Proof "major release" means an upgrade in features, functionality or performance of the covered microDATA software that microDATA licenses or sells separately, but which is made available to the customer pursuant to and in accordance with the term of the contract with AT&T. Ruthless Interrupt If the user is using any software other than call handling application when an E9-1-1 call is received, the E9-1-1 call handling application shall become active and the other software shall be moved into the background without any action being required by the operator. AT&T Response: Comply. In the event a call taker is occupied with some other software application at the time a 9-1-1 call is delivered to his or her workstation, the system automatically overrides the current application and serves up the emergency call for a response. Documentation All system architectures,, applications and application components will be documented at a level sufficient to allow for individuals and trainers other than the original developer(s) to maintain, support and enhance the application solution. January 17°i, 2012 Page 119 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct. Rethink Possible AT&T Response: Comply. The documentation requested above is a standard deliverable for all our project installations. CHSP documentation both in written and data format shall be provided at each PSAP location. Provided documentation shall, at a minimum, include the following sections: • Documentation Index • Functional Descriptions • Automated attendant tree • ACD queue call flow • Detailed architecture design . • Installation Manual • Maintenance Manual • System Administration Manual • Position Operator Manual • Acceptance Test Procedures AT&T Response: Comply. If awarded this project, the AT&T Project Management team will provide all appropriate system documentation as requested above. As built drawings to include: • One line schematic drawing of the voice application servers, network equipment and connectivity January 17t, 2012 Page 120 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsit Rethink Possible • Logical and numerical identification of extensions, jacks, patch panels etc. for each site. AT&T Response: Comply. If awarded this project, the AT&T Project Management team will provide all appropriate as built drawings to the City of Miami Remote Display/Print of ALI The CHSP to be -capable of providing ANI/ALI print capabilities and/or display to remote locations (e.g. Secondary PSAPs). Remote locations may be equipped to receive only a printout or a display of the ANI/ALI information. The System Provider's response shall identify cost of all remote print/display equipment and distance limitations if any. AT&T Response: Comply. ANI/ALI may be printed to customer -provided printers located anywhere along the network. Supervisor Alarm/Alert The CHSP to provide the capability at each workstation to alert supervisory position of special circumstances including but not limited to: Current Skill/Queue Statuses, critical system operational Information, status of load balancing systems, alternate PSAP' s operational statuses. AT&T Response: Comply. With xMIST, supervisors who possess the proper credentials have access to any number of reports and notifications, as outlined above. January 17`h, 2012 Page 121 • AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible �xMIS REPORTS 1 3-1-1 Calls • QUEUE Smmnary • Vobane • NRF Summary • CLSbyEMI • Stmmnarized by PSAP • Summarized by COID • Daily Call Profile - • Cogrifiurabie Cal) Answer Intervals • 9-1-1 Calls Answered & Abandoned Profile • Agent sla5s6cs • Day Oo Summary • (fie Summary By Irr rval Miscellaneous xMIS Reports Supervisory Message The CHSP should provide the capability for supervisory workstations to post messages on screens of each workstation. AT&T Response: Comply. Administrators who possess the proper credentials have the capacity to broadcast text messages to all logged -in workstation users. Offline Indicator System to provide positive/affirmative alert to each call taker position of off-line status, error conditions or conditional events. AT&T Response: Comply. Visual alarms/indicators are integrated in each xT911 TM display. On Screen Telephone Answering Equipment Volume Control January 17t, 2012 Page 122 AT&T Proprietary: The information contained herein is for use by authorized.persons only and is not for general distribution. atsit Rethink Possible The CHSP will provide the capability to control volume of telephone answering equipment (Hand/Headset) on the screen of each workstation. The volume of the ringer may be lowered to a preset minimum, muted or increased at call taker discretion. The volume will automatically revert to its default level when another user logs in to the work station. AT&T Response: Comply. The onscreen Volume button is accessible via the Home tab in xT911114 (see illustration below). When the volume is adjusted, this level is saved in one's personal profile. Volume settings are defined on a user -by -user basis. Product Version in g Provide product version information which must include, but not be limited to, product name, version number, date version was released for general use and number of installed customer entities. AT&T Response: Comply. Please note that the table posted below may include products that are not part of this AT&T proposed solution. Product Name Version Last Release Date Customer Count xMISTM Version 3.2 10/3/2011 37 xBannerBoardTM Version 3.2 10/3/2011 5 xT911 TM Version 3.2 10/3/2011 34 xTPhoneTM Version 3.2 4/21/2010 11 xSRTM Version 3.2 4/21/2010 3 xSwitchTM Version 3.2 4/21/2010 17 January 17°i, 2012 Page 123 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsit Rethink Possible • Product Name Version Last Release Date Customer Count xLoSTTM Version 1.0 2/19/2010 1 xAdminTM Version 3.0 11/3/2009 54 xSolution Dashboard Version 3.2 10/3/2011 1 xTrakkerTM Version 3.2 10/3/2011 40 If product has any Web accessibility, it must previously be stated and explain how their solution needs this requirement. AT&T Response: Comply. The proposed system employs Internet Protocol technology as its primary delivery mechanism. However, there is neither access nor direct contact between the VPN-protected 9-1-1 channel and the public Internet. Product Architecture The vendor is required to submit detailed product technical specifications organized as defined in this section. If vendor can supply more than one unique product type, version or level of their software that meets or exceeds the requirements previously stated, vendor must clearly state the existence of multiple products, explain the major differences between them and take these additional steps: • Provide separate Product Version and system Architecture Statements for each. • Provide clear and separate statements in any proposal sections or sub -sections where there .are differences between product versions. • Identify which is the vendor's preferred solution and why. AT&T Response: Comply. The AT&T proposed microDATA software is employed in only a single, released version. There are no competing versions active at any one time. January 17`h, 2012 Page 124 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsit Rethink Possible Vendor must present a detailed architecture design for the proposed product along with a text description and annotated diagram (or diagrams). Descriptions and diagrams must clearly identify all products, interfaces, message formats and component function. Each description/diagram should be accompanied by a narrative indicating functionality. AT&T Response: Comply. Please see the attached systems architecture diagram(s), rack elevation, and accompanying technical narrative. IT systems should be implemented in adherence with all security, confidentiality and privacy policies and applicable statutes. AT&T Response: Comply. ,microDATA software is architected to comply with commonly accepted TT standards as they apply to security, confidentiality and privacy. Server descriptions —general functions and operational software components deployed (e.g., IIS, FTP, other services activated). AT&T Response: Comply The system is designed with three servers. Their designation and operational components are as follows: • xSwitchTM server • Windows O/S • microDATA software • xStoreTM server • Windows O/S • SQL database software • Control and Communications server January 17t, 2012 Page 125 AT&T Proprietary: The information contained herein is for use by at&t authorized persons only and is not for general distribution. Rethink Possible • Windows O/S • Anti -virus software • Monitoring software Network —servers and the zones (user, DMZ, server zone, database zone at minimum) in which the servers are hosted, firewalls, network protocols, port requirements (specific port, range, configuration capability). The interfaces between separate application systems must be message -based; this applies to both internal and external systems. AT&T Response: Comply. The AT&T proposed system employs TCP/IP, the non-proprietary messaging protocol that provides an interface among all internal and external application systems. Describe each server to server connection and communications dialog with protocols, type of message or content and paths. The diagrams should also show the (numbered) sequence of the communications dialog. These descriptions should include both internal and external environments. AT&T Response: Comply. Systems diagrams have been provided that illustrate these connections. See TAB System Diagrams in the AT&T Response If the design, does not use message -based interfaces between components or systems, explanations will be required for rationale of such a design. If unable to comply there must an explanation of what the impact would be if required to use message -based interfaces between components or systems. 1 AT&T Response: Comply. The system design uses message-based.interfaces. January 17`h, 2012 Page 126 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible The use of XML as "the" format for inter -application messaging is highly desired. Explanations will be required of how the proposed design utilizes XML for this purpose. Explanations of system design utilizing XML between components for intra-application messaging will be required. Full detail identifying the source of the XML Schema or Document Type Definitions (DTDs) utilized in the design. AT&T Response: Comply. The AT&T proposed system employs an XML messaging subsystem for all inter -application communications that serves as the registrar for all components and, as such, maintains all presence and state information. Each component is required to register with the system upon startup, as well as periodically re -register to let the registrar know that the component is still running Should a component stop, whether gracefully or not, the system registrar notifies all other components to remove that item from its peer list. Applications shall be designed with the presentation, business logic and data layers both logically and physically separated to increase portability, scalability, re -usability and to support simplicity. AT&T Response: Comply. All components being quoted are built on high availability server platforms and architected for n-tier separation of the application and database functions. Applications, systems and infrastructure will employ reusable components across the enterprise, using an n-tier model. AT&T Response: Comply. All components being quoted are built on high availability server platforms and architected for n-tier separation of the application and database functions. January 17th, 2012 Page 127 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Rethink Possible A smaller number of consistent configurations for deployment across the enterprise will be required when feasible. AT&T Response: Comply Systems must be designed, acquired, developed, or enhanced such that data and processes can be shared and integrated across the enterprise and with other public safety entities should the need arise. AT&T Response: Comply Comply. The architecture of the AT&T proposed system has been designed to function within NENA standards to allow for infra -enterprise and multiple entity integration. microDATA's xSwitchm is an ESRP (Emergency Services Routing Proxy) that is employed to facilitate call routing on behalf of a calling end -point, whether it is of legacy or Next Generation (SIP) design. Furthermore, microDATA's ESRP can be expanded beyond what has been proposed in this RFP to provide functions relevant to an i3 Legacy Conversion Gateway (LNG/LSRGILPG). This allows it to query a variety of location databases (Location Interwork Function) and apply Next Generation call routing (NG9-1-1 Interwork Function) for legacy -originated 9-1-1 calls, greatly reducing costs by allowing the source network to purchase COTS gateways (Protocol Interwork Function). Hosting Both the logical and physical separation of the presentation, application and database layers is crucial to the desired hosting strategy. The City of'Mianiii Technical Review Group will conduct a technical evaluation of each application. This evaluation, among Other reviews, will determine the appropriate location and security zone for hosting each of the presentation, application and database layers/servers. AT&T Response: AT&T Understands and Complies January 17th, 2012 Page 128 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible The logical design of application systems and databases should be highly partitioned. These partitions must have logical boundaries established and the logical boundaries must not be violated. The technical evaluation will occur in the Business Requirements Analysis phase or early in the System Design phase of the System. AT&T Response: Comply Security The City of Miami does not dictate how developers will address vulnerabilities, only that they be able to demonstrate that vulnerabilities are addressed. Recognizing other vulnerabilities exist outside those listed below, the City expects developers to apply best development practices in building secure applications. It is also required that developers address new vulnerabilities as they are identified. AT&T Response: Comply In particular, but not limited to explanations will be required on handling: • Improper error handling - Error conditions that occur during normal operation are not handled properly. If an attacker can cause errors to occur that the web application does not handle, they can gain detailed system information, deny service, cause security mechanisms to fail, or crash the server. • Insecure storage - Use of cryptographic functions to protect infoiuiation and credentials are required where applicable. These functions and the code to integrate them have proven difficult to code properly, frequently resulting in weak protection. Denial of service - Attackers can consume web application resources to a point where other legitimate users can no longer access or use the application. January 17th, 2012 Page 129 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible Attackers can also lock users out of their accounts or even cause the entire application to fail. • Insecure configuration management - Having a strong server configuration standard is critical to a secure web application. These servers have many configuration options that affect security and are not secure out of the box. AT&T Response: Comply If a specific technical solution requires that firewall ports be opened, then the presentation of that technical solution must include and clearly identify the advantages to the City for taking on such an additional security risk. AT&T Response: Comply. AT&T is very concerned with Security, and AT&T Managed Firewalls are included in our solution Applications and solutions will be designed to allow for the configuration of ports utilized at implementation, however, applications and solutions will not utilize or implement dynamic allocation of ports. AT&T Response: Comply Presentation Layer Input Validation Safeguards must be included in all applications to protect the system data and technical resources. Presentation layer coding must include (at a minimum) specified user input validation checks to guard against unauthorized access. January 171h, 2012 ---- - Page 130 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible AT&T Response: Comply. The security of system data, especially that of the presentation layer (where graphic imagery allows an application to be easily read and comprehended) is protected by standard encryption methodology to prevent access by unauthorized users. Authentication All agency -specific secondary sign on processes are in addition to, not in lieu of, the below mentioned authentications. Multiple factor authentication is also allowed as a complement to the single sign -on solution the use of Active Directory for authentication is limited to MIS reporting and file and print scenarios. The system will have a complete and uniform vetting process for employee identifications, role establishment and association. AT&T Response: Comply. System access is provided by user name/password authentication as monitored by xAdmin TM, under the control of supervisors who are granted this level of responsibility by administrators. MIS and system administration will be required to be in its own DMZ segment spanning to the City's public safety DMZ permitting MIS reporting and system administration functionality from City assets that reside in the City's public safety DMZ. AT&T Response; Comply and Understood Security Review The City reserves the right to test all applications from a security perspective and require that any vulnerability identified by such testing be subject to remediation. Testing will occur prior to implementation and may occur post implementation and on a recurring basis. January 17th, 2012 Page 131 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible AT&T Response: Comply and Understood Development, Test and Production Servers, Monitoring and Logging. All system applications must be tested in an appropriate environment to ensure compatibility, reliability and reasonable performance under load while operating in a production environment. It is anticipated that the sophistication and completeness of the testing environment, tools and procedures will be proportional to the size and complexity of the target system. The test environment configuration, tools and procedures will be presented to the agency and the production hosting organizations for review and approval. Applications in development or test status will not be permitted on production servers. New information systems and processes will be implemented only after business processes have been analyzed for operational stability. AT&T Response: Comply and Understood Disaster Backup and Recovery (DBAR) All critical applications will be designed with Disaster Recovery and Business Continuity in mind. The planning and documentation of such critical applications will include the necessary DBAR content. AT&T Response: Comply and Understood Training Administrator Training Pre -implementation administration training will be conducted with a trainer(s) on site prior to cutover to the new system. Administrator training (system administration, network/system and call center performance monitoring etc.) will be conducted on site January 17th, 2012 Page 132 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible for the City's designated system(s) to include but not limited to; day to day administration, MIS ad hoc reporting and end user support. AT&T Response: Comply. All training will take place at a customer -provided central location using microDATA's Mobile Training Center (MTC). Specific scheduling of training courses will be achieved by mutual agreement of the parties. The City of Miami is responsible for providing a suitable training environment at the central location for all training that will accommodate at least six (6) trainee workstations per class. All training is provided in advance of system cut -over. xAdmunTm/xMISTM Administrator Course: This class requires approximately six (6) hours and should be attended by PSAP administrators or supervisors, trainers, and other IT personnel. A PREREQUISfl'h for taking the Administrator course is that participants must have previously attended End -User courses. xT911TM Product Training Certification Course: Often termed "Train -the -Trainer," this class builds on End -User and Administrator course foundations, requires approximately eight (8) hours, and should be attended by PSAP administrators and anyone likely to train other staff members. A PREREQUISflkh for taking the Product Training Certification course is that participants must have previously attended End -User and Administrator courses. Individuals who have successfully completed this training course will be certified to provide end -user training only (i.e., are not certified to teach administrative settings, perform technical systems support, etc.). Successful completion of this training course includes completing the course, passing a written examination (a score of 80% or higher is required to pass), and passing a hands-on practical examination. End User Training Pre -implementation end user training will be conducted with a trainer(s) on site prior to cutover to the new system. The trainer(s) needs to be available to conduct the training classes to accommodate the City of Miami Call Center's shift work resulting in the • trainer(s) working outside normal business hours. The trainer(s) will also need to be onsite on the day of cutover available to all three shifts to answer any questions or problems that arise at cutover. — -- January 1171h, 2012 __________ Page 133 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. Rethink Possible AT&T Response: Comply. xT911TM/xTPhone End -User Course: Each class requires approximately four (4) hours and should be attended by call takers and dispatchers, as well as other PSAP personnel- who will be using xT911TM and xTPhoneTM. [Note: If there are more than six (6) attendees in any one training session, attendees must double up on training workstations during that session]. This course is a PREREQUISI1'h for all advanced training courses. January 17th, 2012 Page 134 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t O.'ga[N 1]N4.IYI1D (ITT NNtu • l"Kn vnf 1.1 xT911 Workstatlon Ifk 1 temitWolldeteGb • w1N> MARIA Na1111 Headset Integration I..HmI.Mru.uN ....... .nYJlunIt•br dfrie rnt.rnul IMn....V.. IAi 10111- 4691111 ilhnne1l �Ii..d.NN.A1.14.I.nIITAAh le E61 1.nm1 4.1111111( QlN asrmrrt -OR- DIMIl lmlN I Handset Man Nandcat tnml tricroCIAM """" AT&T oliyofAtloml 1..,. iamaoaraii..rtP1aa1,worrar 1.""`"""'"'- Formal Quole +. mum ,,,,, M1IYe1Vt FINAL t 1, fill w+..rvmt r ..,s. . pH 4N,..�i.ii:t`.trie••t..nr.Nt �d 1 n 1 1,11nF11.• 17Ie1A, W'Wt xT911 Workstation Radio Console Integration 3SIt LSmm5lntofvJAotale MJAI AIDIA7A USn,WC.AM MOIL]. ASa•A9 Chit' lAa6111 AMDAt39 !ulnd C.Id, ARu,111a Hrrt uutmntl USA Relny In18dPce 4Y.rn 111111111111111 rA,ndnnetim oAY Memo! Veto Armlet IDi 1m1t, Prrr.Lled1 IW le MmdY IA fferore1e (N+m,.+l ndid.d) mlaaDAIA """ AT&T r.AAMI[A,10911, 15PbD4 rks$Mr ''';� allyrofM1, rnI ooxo �•-•`lne.m8 FINAL. Formal Quota ^ � BOO ,ILO.,IaLngN • 44 /4. e.... rN.1..4,1,.,...41 4,. rri (1 I1fl1 911fxTn4Nor laptop walrslatimn IP vfo tat et Gb POE Switch Portable xPSAP .omb Ptlkon [ow f Atppllas/eparml Connocttng to Host It*xoDATA wool INN I AT&T rBMIrh,K1B11,ttPtam, K1tilMr FINAL City of 1Alornl Formal Quote 4h !.' N 1 .M � tvq,.iau Ny 1.1I Nvn: r Power outlet WAR wth+'13 ft al the apllpmeel raeh. e Ground bar *mid be wHhln 10 ft of equipment red. PSAP Racks Rack -Mounted Workstations PlnttrMnnettlertAt fel6e (QPT1ON) tP Inlurtonnedern vla 61 da —IS Pair AMP 42 II'wII Pnnw ".,://t4to,ANIJ IhVlkf Arnur'hYpnvmmry, 1.43ame Ya] IP Cvenlr r1 nh c Ming ne d al Pod Imh Poo Iter el 40ra't GI Sold! Cra r P.Lngnrrw 10IS;R AGO rmd lDral r2 Lab hluyono-r 43 ISrt Ga 5.1d, IIPY,,Scrni Gullhna Ground >'lI i1,I,llmr Sher Ground Craln- An/ Ea. PSAP Inn NM 111111.1111011111 MI MI OM Nil ('� GIAlAl63:n —tor 1) flPNG 10 Atm d% .2te.Ped 1ISA141.63:1 11nh110 AMP SM I drf mkxoCIAT% AT&T Mlth,KI0110TPMar,%Tr7Slirr City of Mirml " uwnl "Jr. Lund d FINAL Formal Quote " ooh ,...7 b aluml Nate,. e Power oatlntmust ha within a II of the equipmtm kith, t Graundbar thank! l»within 10 ft of equlpmemmth, dukhodrd —IP Ireercannedlan via Cat 6E Represents each PSAP Rack IPI rttanannattlon vin Cat 6E-- 25 Pair AMP x2 Brllidind Gm mil 1 thaund table- IIII NGIn.' IIIIIIUIiO . n l,I';:.I6:'L. Iwo a Intl liar Ili" inns . oo sum MN P'17N1kuitr'ky rArnm•vµl Ir$Jul RMatr•IPtdrAgnat4Q IAtdrnl tlLI([b,,. CaUt Vinge"rm 2A Ptr•, P3Ith PP,ri 0Ircel r2 ad Pm of sAhth ESN, NmIQ'tm dhPwtPlah Dann! O ta1 r2 Gtlr M.rrP'tnl MdM0bittJ IXXSerler —Inl hn vtadnhl{I• p Nlhlhl6S.n �J I81,0.10Ann Pi.0 uv0lq rl[MI"4 11NL'I, JOAO trkroDAM I.,-M., AT&T CO of Mimi xAMlth. Ali 11,.rtP IOM. xlntlrtr wain 1 tun t FINAL Forme! Ouote BO0 M mmt.rFh 4it,n� mil rhfr�„w nrwarm An, t n I •Gb IPINI '__ (v 'w. ..__ 1111 Liiroli nrv..,nm [AOS to rt".,,l nt, ' 0b0 AT&T tAnllch, A1911, ITPthm, KRtIMt AiYfA FINAL IAaA.• NM nil.'-, +a,e?III,,.♦. M, City o1 Miami Formal Quota rricref4TA "" AT&T al hth H I6 drhen� & CIly of IA am{ T imi4i �.,�. FINAL Formal Quoit) yam Pinup Pullet must be tullhln 3 ft of the elpdpntrnt hs1 Oround bet timiibe within ID II of squlpmant tuck —JD Inlettonne14101 Ha fel br 25 Pob AMP Building Ground aroundCeble— Represents each NCC Rack ^li • W11�lil (i' P Imorconnodloa do Cm 6E7 hb•ncrf 1.1nm/rQta1M Pnt' A PaINV41 t2Ponch2A110 CJ,'o PAuuAmwm tePCnrnd, Paid Mpms} (Vic 1Alrulcmam A61111(JIM+ .oen,h n;plultm sK,n 21 Ailae Dll:ntll Sane nI Calllm 6 CeAI^UI4];212MNl A I PI Mir fadIIHQ PtIPdPP fl MIMIC 3tletrtl n.,,.whr, l 17EM416.M:a ll it,20Artn DATA microDATd """ AT&T la. RAMIrn. t1e11,.fPPMm, ttRt/est City of Miami Itumt r,et lY FINAL Formal Quote "'a"-• Dub 44 , ..,Ilr.tIq I, rv\I11.. .. �N .I..gn�u MW . 4 1 v m C Grande Mlaml NCC #1 Palm Beach Gardens NCC 82 kiwi Wlnhn.tN.M ml tb erp.ImM th° PAAP —int. atwntnn m1aoD A P8AP 4 lttm AT&T a.kk Jln, ITIninN t Irgln FINAL nnanam, , 4 .N Clty of Nletnl Farrel QO I0 Page 1 of 1 f fq 00023, 77----.L-71:------:.- ..ii,.i..gerri. i=..S. -..•.--i. fitigiutft sabg) COIN4 LON brig ilotOt Pake DipttedritiiiiP polimmi51m1 Rag 12t) 131011 Pi" "JE4 Pim pp* awtrol NAM PIM kVA& Niv 1 ; 11,1114. zrs ,1-04111Alinckla 11032Aikil --121—Chaff1- • 1SA.OgIBWEr PM littlEfri;en NIV) Watakfi101kilitaavE intuakiod MI* • file://FANICE recording City of Miami PD System Diagram Jan 2012 vl.vsd 1/15/2012 Page 1 of I [ / / | / / | � | | | | ( | | i | t ^ � , o recording City of Nlimni PD System Diagram Jan 2012 vi.vsd 1/15/2012 Page 1 of 1 a o 1 40thgabilit ,f4., _ i tiAlikii0 iiilymelfd fatIlotimpaleiriztue tieq Bone Niro poo poptag DIORKKINSOR _ _ file://FANICE recording City of Miami PD System Diagram Jan 2012 vl.vsd 1/15/2012 Rethink Possible Network recommendation and Scope of Work AT&T's network transport recommendation includes SMARTRing and MyFloridaNet (MFN). Also included is pricing in section 6 for an altemative network transport recommendation consisting of MyFloridaNet (MFN) only. SMARTRing is AT&T's name -for our Sonet Ring Product which stands for Self -Healing, Multi -Nodal Alternate Ring Transport. SMARTRing is a SONET-based, survivable, self - healing network with a ring architecture that ensures that no single event can interrupt service. SMARTRing is a dedicated, high capacity, network designed to provide increased reliability and functionality via a self -healing ring topology between multiple customer designated locations and Company Central Offices. SMARTRing is provided via diversely routed facilities where available utilizing SONET technology. This ring topology will continually monitor itself, detect any failure within the system and automatically self -heal itself around a point of failure. The Service Continuity performance objective is that in the event of primary facility failure, service will switch to the alternate facility path within 1 second or less. Entrance Facilities Where City of Miami provides two separate entrance facility cable routes for SMARTRing Service, the primary and alternate facilities will be separate and will enter your node over such different routes. In the case of 3425 Jefferson Street please note that there is a common manhole however the fiber facilities will be in separate sheaths. Note : City of Miami is responsible for providing suitable floor space, including an environment controlled for humidity and temperature, and a source of non -switched AC power to support SMARTRing Service. The SMARTRing will provide the Layer 1 redundancy and the underlying connectivity will be provided using the State of Florida's private, next generation MPLS network, My FloridaNet (MFN). Though dedicated to the use of the State's SUNCOM eligible - entities, MFN is based on an open architecture design that uses industry standards. This standards -based approach helps ensure the network can transparently support multiple public safety applications. In addition, each connection is allocated a "committed bandwidth rate" that is equivalent to the speed of the WAN connection. This affords a virtually 100% committed bandwidth rate for MFN user connections. January 17t, 2012 Page 135 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atstt Rethink Possible In addition to incorporating MPLS as the core communications network infrastructure technology, MFN employs packet prioritization based upon the Internet Engineering Task Force (1Ffl) Differentiated Services (DiffServ) model to appropriately handle proposed applications. DiffSery delivers appropriate end -to -end Quality of Service treatment for a wide variety of user traffic, ranging from delay sensitive (voice) to delay tolerant (Internet surfing), over an IP network. The MyFloridaNet portal is the primary access point to the network management tools provided as part of the MyFloridaNet services. The portal can be accessed via http://portal.mfn.myflorida.com. The portal provides access to: Spectrum, eHealth, NetQoS, Remedy Ticketing System, Router Configurations, Core Router Proxy, and the Security Tool (Q Radar). • Spectrum —This application provides measurement and alarming on network performance, availability and Service Level Agreement (SLA) adherence. • eHealth - This application provides historical reporting on network performance and availability. • NetQoS - This application provides network traffic analysis. • Remedy - This application allows users to monitor trouble tickets and search tickets. • Router Configurations - The capability to view router configurations in the MFN toolsis not only possible on customer managed routers, but also MFN managed routers. o o MFN Managed Routers For customers with routers managed by MFN, configurations can be viewed in the Premise Router Proxy tool. This is accessed in the "Router Configurations" tab in the MFN tool portal. From a security perspective, MFN relies upon stringent core network availability commitments which are applicable regardless of the reason for core outage. Availability is defined as the amount of time the MFN core is accessible to the user and is measured in terms of restoral time. One minute, 1 hour, and 2 hour restoral thresholds have been defined, with the following respective monthly recurring charge credits: 25%, 50%, and 100%. Below is an overall diagram of the State's private MPLS network, MyFloridaNet. January 17'", 2012 Page 136 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. Rethink Possible MyFloridaNet Core Frame Relay January 17th, 2012 Page 137 AT&T Proprietary: The information contained herein is for use by authorized persons only and is riot for general distribution. Rethink Possible The following diagram illustrates the SMARTRing and MFN design. City of Miami NG911 SMARTRing with MFN 2M Internet for Remote Connectivity Public Safety Provided 2M Internet for Remote Connectivity Public Safety . Provided 2- SOM diverse' circuits Public Safety. Provided Grande CO & Miami NCC 33M f ustNode CO node "IGiiaini Grande BMF/MFN t.USII NO Miami PD Main Site • 1?Nli Icj 1 Palm Beach Ga rdens-N CC Cust Node 0C12 SMARTRing u Fire College Backup site 12M .L2M Boca CO BM FJ MFN CO Node »2M Both the Grande and Palm Beach NCC will have a 33M MFN connection to diverse BMF's. Both Miami PD and :Fire College will have 2-12M MFN connections that will ride on the • SMARTRing. One will go to the Miami BMF and the other to the Boca BMF forredundancy at each location. January 17'h, 2012 _ Page 138 — — — --.. AT&T Proprietary: The information contained herein is for use by at&t authorized persons only and is not for general distribution. Rethink Possible This diagram illustrates the Alternate MFN only network design. City of Miami NG911 MFN only design 2M Internet for Remote Connectivity Public Safety Provided 2M Internet for Remote Connectivity Public Safety Provided 2- SOM diverse circuits Public Safety Provided Grande CO & MiamiNCC Miami Grande BMF/IVIFN Palm Beach Gardens-NCC 33M Miami PD Main Site J Fire College Back up site Boca CO BMF/MFN 1 2IVI 12 M 12114 . • 1.2 iVi —=-Both'the-Grande-and-Palm,Beach-Ne&will-haVe-a 33M-IVIFN-cOnneetiOnto-diverse-BMr&------- ja ----- Both Miami PD and Fire College Will have 2-12M MFN connections Onewill go to the Miami i3MF and the other to the Boca BMF for redundancy at each location. Please note there is Layerlj 401 Loop protection with this design. Rethink Possible b) Provide an organizational chart specifying the personnel assigned to accomplish the work. Provide a personnel roster that identifies each person who will work on this project, and include the following information for each individual specified, including name, title, and relevant experience. This chart shall illustrate the lines of authority and designate the individual responsible and accountable for the completion of each component and deliverable specified within the RFP. Clearly designate one point of contact for dealings with the City (Project/Account Manager). AT&T Response: Your dedicated AT&T Project Manager will provide The City of Miami with a plan similar to the draft project plan illustrated in section 5. As your NG9-1-1 project progresses, the AT&T PM will provide and distribute updates to this project plan to City of Miami staff. Throughout the life of this project and until its successful completion, your AT&T PM will be responsible for the plan and will work directly with The City of Miami to help ensure and provide updates. . AT&T personnel will be assigned after contract signature. AT&T will work with the city of Miami on a final plan after contract signature. The final plan will depend on the final. design, configuration, and PSAP sequencing. January 171h, 2012 Page 140 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsa Rethink Possible 6. Compensation Proposal Proposer shall provide in their proposal a break down of all costs associated with the furnishing and implementation of an NG911 Hosted Solution. Cost proposal shall include, amongst other things: annual license and subscription fees, training, software/hardware, implementation, configuration and any other additional fees/costs required to meet the requirements listed in Section 3, Specifications, of the RFP solicitation document. AT&T Response: Following are the price options to the City of Miami January 171h, 2012 Page 141 AT&T. Proprietary: The information contained herein is for use by authorizedpersons only and is not for general. distribution. ats&t OPTION 1- PRICE PER SEAT (54 TOTAL POSITIONS) Cost Non- Recurring Charge= $0 Monthly Recurring Charge= $1,291/mo per seat OPTION 2. PRICE PER SEAT (300K UP FRONT) (54 TOTAL POSITONS) Cost Non- Recurring Charge= $300,000 Monthly Recurring Charge= $1,193 /mo per seat ,OPTION 3- PRICE PER SEAT WITH RACK MOUNT (54 TOTAL POSITIONS) ? ) Cost Non- Recurring Charge= $0 Monthly Recurring Charge= $1,319 /mo per seat OPTION 4 PRICE PER SEAT RACK MOUNT $300K'DOWN (54_TOTAL POSITONS) Cost Non- Recurring Charge= $300,000 Monthly Recurring Charge= $1,220 /mo per seat **AT&T will work with the City of Miami on mutally agreeable terms to structure monthly payment amounts should the City wish to adjust NON -RECURRING CHARGES. AT&T will honor this included OPTIONAL Pricing schedule for a period of 180 Days from submittal. mica(TA Description: AT&T / City of Miami Florida R.FP - xSwitelr/xT911/xTrnlrlrer/xTPhone/x.MIS Bose Quote Number: FLM01-AT'TPS030-001B proposal Quote Date: 1/11/2012 Product ID microi)ATA Software,,;:.., MD4022 PartDescri tion _, . xSwitch license [one per NCC site] Units 2 MD4056 xSwitch andlor xSR primary port license li 388 I MD501 xT911/xTrakker client license 44 t, MD4016 xTPhone - SIP Client Access License 44 1 MD130A xPBX - 25 Accounts 2 1 MD6029 xMIS CPE base license 1 1 MD6030 xMIS CPE Call Taker collection license 44 1 MD844 xBannerBoard - Base license 1 1 MD844A xBannerBoard-Additional user/login 3 1 MD5I 6 xLoST base license 1 MD526A Third Party Software .. MD3016 xLoST population license (per capita) .: e, x, , Network Monitoring, Syslog, 24 months 400,000 I I 2 MD5050 Network Monitoring, NPM 500, 12 months 1 I MD5072 Network Monitoring, IPSLA Manager 25 devices, 12 months 1 I MD6036 OS, Standard, Windows Server 2008 8 1 MD6037 OS, Device CAL, Windows Server 2008 52 I MD6054 Anti -Virus PER USER 50 to 99 users, 60 months 52 I MD6057 Relational DB, Server, Standard, SQL 2008 4 I MD6058 Relational DB, Server, CAL, SQL 2008 52 I aLOST third party software I MD6p36 OS, Standard, Windows Server 2008 2 1 MD6037 OS, Device CAL, Windows Server 2008 2 MD6054 • • Anti -Vitus PER USER 50 to 99 users, 60 months 2 MD6057 Relational DB, Server, Standard, SQL 2008 2 MD6058 Relational DB, Server, CAL, SQL 2008 2 MD1017 ESRI Spatial Data Replication (SDE 10.x) 2 Third Party Hardware MD6071 66 Block, Dual Amphenol Connector, Male 10 MD6134 66 Block, Surge Suppression, 235v POTS 63 MD996 66 Block, Surge Suppression, 75v.CAMA 45 MD3068 66 Block, Surge Suppression, Ground Bar 6 MD6131 Adapter, DB25M to RJ45 4 MD6132 Adapter, DB9F to RJ45 8 MD6133 Adapter, NULL Modem, DB9M/DB9P 4 MD6063 Cable Management, 19", 2u 12 MD4050 Cable, 3.5mm Stereo Audio M/M, 15.ft 45 MD4035 Cable, Atnphenol, Male/Female - 25 ft 6 MD6202 Cable, Bulk, CAT6 STP CMP (Plenum), 1000Ft 27 MD4014 Cable, Dual 3.5mm to Quick Disconnect 34 Page 1 of 4 cluded cluded eluded cluded eluded eluded eluded cluded cluded cluded cluded cluded cluded cluded cluded cluded cluded cluded cluded cluded cluded nduded ncluded ncluded ncluded ncluded ncluded nduded Included ncluded ncluded ncluded Included Included Included Included Included Included Included ncluded Proposal City of Miami mlcro0k J.s Ilst.xlsx • miett - ATA MD6322 Cable, Extension, 3.5mm Stereo, 10ft 45 I MD6048 Cable, Monitor, DVI, Male -Male, 3 meter 88 I MD5027 Cable, Patch, 2 foot 186 MD5028 Cable, Patch, 3 foot 48 li C Cable, Patch, 10 foot 134 I MD6088 Cable, Patch, Telephone, Cat 3, 3 ft 106 I MD3008 Cable, Quick Disconnect Headset Extension -10 ft 34 I MD6321 Cable, USB A Male / B Male, 15 ft 12 I MD6138 Cable, USB A Male/Mini-B 5 pin, 15ft 45 I MD985 Cable, USB Extension, 10 ft 88 I MD3065 Connectors, Shielded, RJ45, 100 count 3 I MD3055 Contact Closure Module, USB - 4 ports 12 I MD6098 Cables, radlo/phone inter, all Milne transformer, 2ft 12 I MD3069 Ground Wire, 10#AWG, Solid Copper, 100 ft 4 1 MD4088 Headset, Call -taking, Monaural 34 1 MD5022 Intel Pro/1000 MT Server Adapter 44 1 MD6127 Keystone Jack, 3.5rnm Stereo to Screw Terminal 44 MD6050. KVM LCD Keyboard Mouse, Rackmount, l7in 2 1 MD3032 KVM Switch, Analog, Desktop, 4-port Analog 2 1 MD3031 Media Converter, IP to Serial 6 1 MD4086 Mediant 1000 4-port FXO Module 20 1 MD4085 Mediant 1000 4-port PXS Module 20 1 MD4'058 Mecliant 1000 AC power supply 8 MD3072 Mediant 1000 TDM Gateway, Chassis, Standard 8 1 MD896 Monitor, 22" Widescreen LCD 44 1 MD6010 Monitor, 22" Widescreen Touchscreen 44 I MD6069 Patch Panel, Cat 3, 6P2C, 24port, FemaleAmphenol,IU (Voice) 6 MD6152 Patch Panel, High Density, CAT6 Shielded Keystone, 48 Port, 2U 6 MD6302 PBX Phone, Advanced, Snom 870 44 MD6312 PBX Phone, Warranty, Extended, 800 Series Phone, 3 Year 44 MD6303 PBX Phone, Standard, Wireless, Snom m9 Set 6 MD6'106 PDU, Rackmount, Vertical, 24X 5-20R, L5-30P 8 MD11105 Printer, LaserJet 2 MD864 Rack, Enclosed, 42U 4 MD5:111 Rackmount Ears, 1900 series Router 2 MD6011 Router, Standard, PSAP Edge 2 MD6100 Server, Application, up to 400 ports, HP 2 MD1i130 Server, Control & Communications, 2Tb storage, HP 2 MD13.33 Server, Database, HP, specification mD3 2 MD11165 Server, xPBX, HP 2 MD992 Shelf, Fixed, 4-post, 19" 6 MD3'015 SIP phone (POE) - xTPhone 44 MD6140 Sound Card, Voice Recorder, USB 44 MD6'139 Sound Card, Voice, USE 45 MD6'009 Speakerbar 44 MD6129 Surface Mount Box, Keystone, 2-Port 2 MD4032 Surface Mount Box, Keystone, 4-port 44 MD876A Switch, Standard, Managed, Gb 48-port Managed, non -POE 8 MD6008 Workstation, Desktop 44 xLOST third party hardware MD55027 Cable, Patch, 2 foot 6 Page 2 of 4 ncluded ncluded j 'I Proposal City of Hem! mlaoblts Ilst.xlrz IIREFI MD5028 I' Cable, Patch, 3 foot 6 1 MD1167 rofessional Services '-- Server, Application/Database Combo, Large, HP •r . - � . 2 ..� 39 MD1041 Travel Cost, Per Person 3 MD101G Project Management - 11-16 positions 4 MD102 On Site Installation / Testing / Cutover 20 MD109 Mobile Training Center, Rental, Daily 1 MD201 Data Conversion - xTrakker 1 MD358 Production of As Built CPE diagrams 1 MD4092 On Site Support/Monitoring, Post -Cut 5 MD4097 Training, End -User, xT911/xTrakker 12 MD5000 Training, Administrator, xAdmin 1 MD4099 Training, Train the Trainer 1 MD853C Staging - Client Position Equipment, per position 44 MD853S Staging - Server Equipment, per unit 8 Profcisstonal Services xLOST MD104 Room &Board Rate 2 MD102 On Site Installation / Testing / Cutover 2 MD204 xLoST GIS Data Setup -up to 500k 1 MD5000 Training, xLoST 1 MD853S Staging - Server Equipment, per unit 2 Shipping & Handling MD974 G _ ;, r ., _ • •,,-., ., Shipping & Handling 1 1 Silver Support •. Future Proof Option Year;1 included included Year:2 included included Yeari3 included included Year' 4* included Included Year 5* ' included included Desert , Bon: AT&T! Cit of Miami Florida RFP - xPSAP with xT911/xTraliher In. to s o Lion ADD ON to Base Pro . osal • uote Number: FLM01-ATTPS030-004B • uote Date: 1/12/2012 Product ID nticroDATA Software . MD501 Part Desert . lion Units 10 MD4056 xSwitch and/or xSR .rimar sort license 20 MD6030 Third Party Software _,;. MD6037 xMIS CPE Call Taker collection license ;,,, OS, Device CAL, Windows Server 2008 10 _ 10 MD6054 Anti -Virus PER USER 50 to 99 users 60 months 10 MD6058 Third Party Hardware; MD3014 Relational DB, Server CAL S e L 2008 UPS, Workstation, 1500VA 10 Page 3 of 4 ncluded Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included ncluded ncluded ncluded ncluded Included Included Included Included Included Included Included Included Included Included Included 1Proposal City of Miami mlcro0,. is Ilet.xhx #REF1 RREFI • rnicr; DATA MD6011 Router, WAN Connection 1 MD6044 Switch, Standard, Managed, Gb, PoE, 24port 111 MD6139 Sound Card, Voice, USB MD5028 Cable, Patch, 3 foot 520 MD5029 Cable, Patch, 10 foot MD5106 Cable, Patch, CAT5e, Shielded, 25ft 10 MD5107 Cable, Patch, CAT5e, Shielded, 50ft 2 MD4050 ' Cable, 3.5mm Stereo Audio M/M, 15 ft 11 MD4014 Cable, Dual 3.5mm to Quick Disconnect 11 MD4088 ' Headset, Call -taking, Monaural ( 11 MD3008 Cable, Quick Disconnect Headset Extension -10 ft 11 MD890L Laptop, xT911/xTrakker 10 MD3052 Ptoressional Services. MD853C Slipping & Handling MD974 Pelican se with Foam Sta• in. i Client Position E.' A ui Tent er osrtton ;- Shipping &Handling 1 10 1 • Silver Support Future Proof Option Year;1 INCLUDED INCLUDED Year; 2 INCLUDED INCLUDED Year; 3 INCLUDED INCLUDED Xear: 4'� INCLUDED INCLUDED muninimuninimmummininteminYear 5*INCLUDED INCLUDED Desert .lion: AT&T / Cit of Miami Florida RFP - Raclnuounted workstations o lion • uote Number: FLM01-ATTPS030-003 • uote Date: 1/12/2012 Product ID Third Party Hardware. MD8,642U Part Desert . don , RackEnclosed,4 Units MD992 Shelf, Fixed 4-.ost, 19" 12 MD6106 PDU, Rackmount, Vertical, 24X 5-20R, L5-30P 4 MD6318 PCoIP Portal, EVGA 44 MD6319 Professional Servtees ,,.. MD104 PCoIP Host Card, EVGA 44 Room & Board Rate 1.111111111.111111.111111110110111 On Site Installation / Testin • / Cutover 2 Shi..in• &Handlin• MD102 Shipping & Handling ,.:. MD9.74 Page 4 of 4 Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included Included 1 Proposal City of Mleml mlcroD& , a Itst.xlsx SOlutictirn .Prising ifN � NicePerf: orm eXpress (NPX)_:.:; NPX-V30-CH NI IX-HIN-ANALOG ``i1VIlAlIVII1NCcki • Recording Channel License 500 30 NICE.Inform'Server Modules INFRM-CON-BND INFRM-VOICE INFRM-RCON Analog Board Package for up to 24 Channels NICE Inform Concurrent Bundle 1- NICE Inform Server license I. NICE Inform Reconstruction software license 1 2 x NICE Inform Reconstruction concurrent user licenses 5 x NICE Inform Verify concurrent user licenses /► NICE Inform Monitor software license ► Single Inform Monitor/RCR concurrent user license ► NICE Administrator (system configuration) app license 1250 10000 2 1 NICE Inform Voice Channel License Price per Voice Channel NICE Inform Reconstruction Module Software License 150 2000 300 1 AT&T Proprietary (Internal Use Only) Not for use or disclosure outside the AT&T companies except under written agreement INFRM-MONRCR NICE Inform Monitor And Recent Call Replay Module Software License 1200 1 INFRM-ORG NICE Inform Organizer Module Software License 4000 1 INFRM-ORG-IMP NICE Inform Media Player License Price Per Inform Server 5000 1 NICE.Infarm Concu'rrent..UserLicensing INFRM-RCON-CON NICE Inform Reconstruction Concurrent User License Price per Single License 1750 12 IN i RM-ORG-CON i i NICE Inform Organizer Concurrent User License Price per Single License 2500 3 INFRM-VER-CON NICE Inform Verify Concurrent User License Price per Single License 300 54 M IN R-MONRCR-CON i NICE Inform Monitor and Recent Call Replay Concurrent User License Price per Single License 1200 12 System .l.tems -; CSTRCK-SNMP3 Public Safety SNMP Solution R2 2400 1 MS SQL:Licenses PS-SQL2K8R2-32-CPU 1 MS SQL2008 R2 32 Bit Server Per -processor (CPU) License 5000 1 i t I' idl� 1'"t {iditlbr3 (�Jr L t rP��r' (t 111rf Pi H; I JK{ I 1 N • Y4 Y E � � %a��iSi.,¢3tmI.?' e+1t31'd'� � . c s•;1`t(<� J�xYI I� rr A(g; +tli i)1 t YI �J.; r, . y . t 1. i x 1: akay R4 rF , , �,. ,m:;, b g� / AT&T Proprietary (Internal Use Only) Not for use or disclosure outside the AT&T companies except under written agreement NicePerform eXpress(NPX) NPX-V30-CH NPX-HW-ANALOG Recording Channel License 500 30 NICE` Inform Server Resilience.`; '. INFRM-RES-BAS Analog Board Pabkage for up to 24 Channels NICE Inform Server Resilience Price per Additional Inform Resilience Server License 1250 10000 2 1 IVIS SQL Licenses PS-SQL2K8R2-32-CPU il7,otaIv Harareail • Softw•a'e MS SQL2008 R2 32 Bit Server Per -processor (CPU) License 5000 1 4 Recording Platform Installation Services PS-IN-RP121-PS PS-IN-RP116-PS IJ Bil Ilk First Day On Site NPX Installation, 21 - 80 Channels - Recording Platform 8 to 5 M-F Local Time 1 1 Additional Solution Component; Installation Services AT&T Proprietary (Internal Use Only) Not for use or disclosure outside the AT&T companies except under written agreement J PS-IN-ASC08-PS Redundant NICE Inform Server Installation and Configuration In Addition to NiceLog Includes first 100 (secondary) channels system configuration (for over 100 channels) Item PS-IN-ASC07-PS needs to be bundled for channel configuration with NICE Inform 8 to 5 M-F Local Time 1 PS-IN-ASC07-PS Channel system configuration In NICE Inform system, price per additional 50 channels. Bundle with PS-IN-ASC06- PS, PS-IN-ASC08-PS or PS-IN-ASC14-PS 4 Project Management PS-PM-PM11-PS Remote project Management for NPX Recording Platform Only New Installation or Upgrade Includes Site Readiness Coordination & ATP 1 PS-PM-PM03-PS Project Management Add On for NICE Inform Implementation Price Over Item PS-PM- PM1-PS (Remote) or PS-PM-PM05-PS (OnSite) Project Management Fee 1 AT&T Proprietary (Internal Use Only) Not for use or disclosure outside the AT&T companies except under written agreement PS-PM-PM1-PS 0 Remote Project Management Per Site; Telephony Only or RoIP Only Sites Mixed Integrations and Perform QM Require onsIte PM PS-PM-PM05-PS Includes: - Standard Project Plan - Standard SOW - Pre -install teleconference - Project kick-off teleconference - Mid -way project management teleconference - Debriefing teleconference ub"y,OtaliSergui,�eiso Shipping Shipping la HORE 1;,�',+1 i IESI . '`° l d I �r I �.r?� ` f 1 1 '1 i Yx �t, ,� . rt. � . � ttt NICE: Products NICE Equipment and Software Shipping ;<c�,n, ata 1"�a�, 1f a a f'A �� 11121y' ENIN+�1" t' '" rr. * +' MVO 1 SP-CO-MAIN02-PS Maintenance Gold During Warranty Coverage: 24x7 for Remote Critical Remote Response - 2 Hours On Site - 4 Hours 1 AT&T Proprietary (Internal Use Only) Not for use or disclosure outside the AT&T companies except under written agreement 0 SP-CO-MAIN05-PS Gold Post Warranty Coverage: 24 x 7 for Remote Critical Remote Response - 2 Hours On Site - 4 Hours 1 A AT&T Proprietary (Internal Use Only) Not for use or disclosure outside the AT&T companies except under written agreement City of Miami NG911 SMARTRing with MFN 0 Option 1- SMARTRing $23,897.40 MFN $10,747.08 Monthly $34,644.48 2M Internet for Remote Connectivity Public Safety Provided 2M Internet for Remote Connectivity Public Safety Provided 2- 50M diverse circuits Public Safety Provided Grande CO & Miami NCC ust Node CO �7Claml Grande BMF/MFN Lust No Miami PD Main Site Palm Beach Gardens-NCC Cust Node 0C12 SMARTRing Lust No Fire College Back up site 12M 12M 12M1 112M 33M Boca CO BMF/ MFN CONode City of Miami NG911 MFN only design Alternate Recommendation Monthly- $11,362.61 r-� 2M Internet for Remote Connectivity Public Safety Provided Grande CO & Miami NCC Miami Grande BMF/MFN 33M 2M Internet for Remote Connectivity Public Safety Provided 2- 50M diverse circuits Public Safety Provided Palm Beach Gardens-NCC 33M Miami PD Main Site Fire College Backup site Boca CO BMF/MFN 12M1 12M City of Mlami.Ring Pricing--- _ - _ FL11-5344-00- ` !OPTION 1 Description SMARTring with MFN MFN Pricing on Ring 12M at Miami PD to Grande BMF 12M at Miami PD to Boca BMF 12M at Fire College to Grande BMF 12M at Fire College to Boca BMF 33M at Grande NCC 33M at Palm Beach NCC Option 1 Total :OPTION 2. Description :MFN without SMARTring MFN only solution No Ring 12M at Miami PD to Grande BMF 12M at Miami PD to Boca BMF 12M at Fire College to Grande BMF 12M at Fire College to Boca BMF 33M at Grande NCC 33M at Palm Beach NCC Core Access Router Total 711.26 649.31 172.37 1532.94 711.26 649.31 172.37 1532.94 711.26 649.31 172.37 1532.94 711.26 649.31 172.37 1532.94 1014.17 929.7 363.79 2307.66 1014.17 929.7 363.79 2307.66 Monthly MFN Total 10747.08 Monthly Ring Monthly MFN 23897.4 10747.08 34644.48 Core Access Router Total 711.26 649.31 172.37 1532.94 711.26 649.31 172.37 1532.94 711.26 649.31 172.37 1532.94 711.26 649.31 172.37 1532.94 1014.17 929.7 363.79 2307.66 1014.17 1545.23 363.79 2923.19 Monthly MFN Total 11362.61 AT&T Proprietary-(lnternal-Use-Only) Not for use or disclosure outside the AT&T companies except under written agreement Rethink Possible 7. Trade Secrets Exception to Public Records Disclosure All Proposals submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." Ifi the Proposal contains information that constitutes a "trade secret", all material that qualifiesforexemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with your firm's name and the RFP number marked on the outside. AT&T Response: AT&T agrees that the physical response materials become the City of Miami's property. Design of the system, as well as any other pre-existing or newly -developed intellectual property of AT&T, its suppliers or its third parties, provided in this RFP response or in connection with performance of a given project remains the intellectual property of AT&T or its suppliers. AT&T would be willing to negotiate City of Miami's rights to use that intellectual property. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Proposal as a "trade secret" you agree to indemnify and hold harmless the City for any award to a plaintiff for damages, costs or attomey's fees and for costs and attomey's fees incurred by the City by reason of any legal action challenging your claim. .January 17th, 2012 Page 142 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t: Rethink Possible 8. Additional information • Glossary of Terms • Recommendation Letters • Insurance Certificate • Business License January 1Fh, 2012 Page 143 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. at&t Rethink Possible Glossary of Terms microDATA Products and Terms • ECDC [Emergency Calling Data Center] — Typically paired, geographically diverse facilities that host microDATA soft switch application servers, Control and Communication servers, database servers, gateways, routers, and GB switches. • xAdminTM — Centrali7ed administrative software for managing users and systems settings, as well as ALI and map discrepancies. Discrepancy management will depend on which microDATA software has been purchased. • xBannerBoardTM — Web -based, dynamic dashboard display software that provides a comprehensive view of what is happening at all PSAPs within the system; displays call statistics, alarms, available call takers, and much more. • xDVRTM — Digital voice recorder included with xT911TM. • xMISTM — Web -based MIS reporting software. Software includes canned reports and ad hoc reporting capability. xMISTM reports may be scheduled for automatic delivery for analysis. • xSwitchTM — NENA i3 ESRP soft switch with built-in Automatic Call Distribution (ACD). • xT911TM— Call -handling CPE software used on workstations located at the PSAP to receive and manage 9-1-1 calls. xT911TM is capable of supporting voice, video and, as technologies and standards are developed, texting and other emerging methodologies. • xTPhoneTM — Optional back-up Sr phone to the xT911TM workstation or stand-alone position. ANI/ALI display, customized contact lists, view, search, and ring back of previous calls are just a few of the features. This device may also be configured and deployed as an administrative phone. i31NG9-1-1 Acronyms • BCF [Border Control Function] — Located at the ingress of the ESlnet (see below) and provides control of incoming calls and other IP-related traffic. It controls the border between call origination points and the ESInet. • ECRF [Emergency Call Routing Function] — Protocol for providing initial call -routing instructions to the ESRP; it consults GIS data for point -in -polygon call -routing instructions based upon the caller's location. January 17th, 2012 Page 144 AT&T Proprietary: The inforination contained herein is for use by authorized persons only and is not for general distribution. Rethink Possible • ESlnet [Emergency Services IP Network] —.Privately managed IP network dedicated for routing emergency calls. • ESRP [Emergency Services Routing Proxy] — Responsible for coordinating call routing (via ECRF/LoST; see below) and policy implementation for NG9-1-1. • HSRP [Hot Standby Router Protocol] — Cisco protocol for switching to a backup router in the event of failure. • LIS [Location Information Server] — Functional entity that provides the locations of endpoints. A LIS can provide location -by -reference or location -by -value and, if the latter, in geo or civic forms. A LIS can be queried by an endpoint for its own location, or by another entity for the location of an endpoint. In either case, the LIS receives a unique identifier that represents the endpoint —for example, an IP address, circuit ID or MAC address —and returns the location (whether value or reference) associated with that identifier. LIS is the key used by the ESRPs and ECRFs to implement Next Hop routing. • LoST [Location to Service Translation] — Entity that stores the GIS data and provides.call routing.and location validation information. • LVF [Location Validation Function] — Service on the LoST server that provides GIS information to form the basis for validating location information from the LISs. • Next Hop — Routing term used for the next gateway to which packets should be forwarded along the path to their final destination. Data packets must often go through several routers (gateways) before they reach their final destination. Each time packets are passed to the next router, a hop occurs. • PRF [Policy Routing Function] — Used in conjunction with the ESRP, this is 'where policies are consulted that directly impact call routing. Policies such as "time of day" and "PSAP state" are kept here. • SIP [Session Initiated Protocol] — IE1'r-def ned protocol (RFC3261) that defines a method for establishing multimedia sessions over the Internet. It is used as the call -signaling protocol in VolP, i2 and i3. January 17th, 2012 Page 145 AT&T Proprietary: The information contained herein is for use by authorized persons only and is not for general distribution. atsct Orange County Public Safety Communication Division Deborah Caruthers, 9-1-1 Coordinator 3511 Parkway Center Court, Orlando, Fla 32808 Office (407) 836-9666 Fax (407) 521-4681 E-mail: Deborah.Caruthersaocfl.net To Whom It May Concern: As the 911 Coordinator for Orange County Florida, I have chosen AT&T as my service provider and have had the pleasure of working closely as a business partner with the AT&T Account Team for many years. AT&T, formerly BellSouth, has been the only provider for 911 services for Orange County since 1981, and most recently Orange County has signed a contract to continue our partnership with AT&T for NG (Next Gen) 911 Equipment and Network Services for an additional (3) years. Through our working relationship with AT&T, in 1986, Orange County 911 was the first County in the United States to take and manage a 911 cellular call with Phase Two 911. AT&T managed over 1.1 million 911 calls for us in 2008 and our call volume continues to grow. Locally, they have a clear understanding of our issues and are always willing to assist our county • coordinators. Orange County has had several options for service and equipment providers. We continue to choose AT&T because of their professionalism and support of ANUALI data delivery, equipment maintenance, MSAG, 911 response and the complexity of call routing If you are seeking a vendor that provides.a single point of contact for service and maintenance issues, assurance of timely repairs on critical systems while limiting the county's liability in the event of a service outage, then I would favorably recommend AT&T_ The AT&T Team has been - responsive on very short notice to service Orange County 911. In conclusion, 1 have found that partnering with AT&T has proven that they are not only a leader in the 91 1 .community, but extremely reliable and without a doubt a customer focused company. I would highly recommend them as a provider for any Florida county. meerely, � fl Deborah Caruthers, ENP 911 Coordinator, Orange County Public Safety Communications Division Board Member, Florida E911 Board 3511 Parkway Center Court Orlando, FL 32808 1 SUBSTATIONS Freeman Substation 20950 Overseas Hwy. Cudjoe Key, FL 33042 (305) 745-3184 FAX (305) 745-3761 Marathon Substation 3103 Overseas Hwy. Marathon, FL 33050 (305) 289-2430 FAX (305)-289-2497 Islamorada Substation 87000 Overseas Hwy. lslamorada, FL 33036 (305) 853-7021 FAX (305) 853-9372 Roth Building 50 High Point Road Tavernier, FL 33070 (305) 853-3211 FAX (305) 853-3205 I)171'EN'TION CENTERS 1 �% West Det Center 5501 College Road Key West, FL 33040 (305) 293-7300 FAX (305) 293-7353 Marathon Det. Facility 3981 Ocean Terrace Marathon, FL 33050 (305) 289-2420 FAX (305) 289-2424 Plantation Det Facility 53 High Point Road Plantation Key, FL 33070 (305) 853-3266 FAX (305) 853-3270 SPECIAL OPERATIONS P.O. Box 500975 Marathon, FL 33050 (305) 289-2410 FAX (305) 289-2498 AVIATION DIVISION 10100 Overseas Hwy. Marathon, FL 33050 (305) 289-2777 FAX (305) 289-2776 --`'VI UNICATIONS 2796 Overseas Hwy. Marathon,' FL-33050 (305) 289-2351 FAX (305) 289-2493 Monroe County SFieriff's Office Robert P. Peryam, Sheriff 5525 Co!.ege Road - Key West, Florida 33040 (305) 292-7000 FAX: (305) 292-70701-800273-COPS wurzu.keysso.net May 19, 2009 To whom it may concern: During the last several years as 911 Coordinator for Monroe County, I have been involved with AT&T, (formerly Bellsouth), as we plan for the upgrade of our current Positron Lifeline system After obtaining a grant from the State 911 Board, we worked with Darren Light, Senior Solutions Architect and many highly professional sales and engineering team members at AT&T. During our planning and procurement phase for the Next Generation Viper VO]P system, we have come to know the team as hard working, honest, and prepared to give the customer the highest satisfaction available. I would recommend the AT&T team for any of your Public Safety Telecommunications needs, as they are reliable, courteous and value their customer. Please feel free to contact my office if you have any further questions regarding this recommendation. Sincerely, Zgema, `liOC',r to Laura White 911 Coordinator Director, .Emergency Communications 10600 Aviation Blvd Marathon, FL 33050 305-289-6035 FtiCt ELOItIpApJRUCT.IU.NS A CERTIFICATE OF LIABILITY INSURANCE 01 12°"Y'"' I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS "CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED ' REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: tf the certificate holder is'an ADDITIONAL INSURED, the'policy(les) must be endorsed. tf SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s)_ PRODUCER Marsh USA Inc. • 701 Markel Street Suite 1100 SL Loris, A(0 63101 Alter: ATF.Cer(Request@rnarshcom . 01856&.GAW-CRT--11-12 X CONTACTNAME: PHONE FAX IA/C. No Extl• (A/D, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: OW Rept,blh insurance Co 24147 INSURED AT&T Corp. One AT&T Plaza 208 South Akard Street, Room 2731 Dallas, TX 75202 INSURER B: INSURER C : INSURER D INSURER E INSURERF: • 353745-01 THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICAIt1J. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH HIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. BLTSRR - TYPE OF INSURANCE ADDL NSR SUBR WVD POLICY NUMBER POLICY EFF (MMNDDIYYYY) POUCY EXP (MMNODIYYYYL_ WAITS A GENERALLIABLLrrY MWZY59229 06/01/2011 06/01/2012 EACH OCCURRENCE $ 1,000,000 X FRCIAL GENERAL LIABILITY RENTED PREMISES Ea occurrence) $ 1,000,000 CLAIMS X OCCUR WED EXP (Any one person) $ 10,00 -MADE PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 10,000,000 umrr APPI Fc pER: PRODUCTS -COMPIOPAGG $ 1,000,000 --ti GE/IL AGGREGATE X POLICY JE T LOC - $ AUTOMOBILE L►ABIUTY MWTB 21261 06/12011 06/01/2012 (EaMaccident)BINa: SINGLE 5 1,000,000 -----" 'X A ALL OWNED SCf-LFDUIED BODILY INJURY (Per acoderd) $ A AUTOS A AUTOS NON -OWNED PROPERTY DAMAGE (Per accident) $ H HIRED AUTOS AUTOS $ UMBRELLA LJAB O CLAIMS -MADE AGGREGATE $ DED I RE rEN1lON $ I $ A WORKERS COMPENSATION MWC 117072 OD 06/012011 05/01/2012 X TORY TAUU- OTH ER AND EMPLOYERS' LIABILITY PROPRIETOR/PARTNER/E;ECUTIVE Y 1 N i EL. EACH ACCIDENT $ 1,000,000 ANY OFRCERMEMBER EXCLUDED? in NH) N NIA EL DISEASE- EA EMPLOYEE $ 1,000,ODO (Mandatory If Tres, describe under DESCRIPTION OF OPERATIONS below EL DISEASE -POLICY UMfi $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re: City BID Number RFP 284273, Fully Managed, Hosted NG911 City of Miami is included as Additional Insured under the General Liability policy but only with respect to the requirements of the contract between the Certificate Holder and the Insured. Waiver of Subrogation is provided for General Liability, as required by written contract and allowable by law. CERTIFICATE HOLDER City of Miami Attn: Purchasing Dept 444 SW 2nd Avenue, 6th Floor •Miami, FL 33130 1 l CAN CELL4TIO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee '•�u� c e © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD i AGENCY CUSTOMER ID: 018566 LOC It: St Louis ADDITIONAL REMARKS SCHEDULE Page 2 of 2 =nseacY Ma:Eh USA Inc. POLICY NUMBER CARRIER WAC CODE NAMED INSURED AT&T Corp. One AT&T Plaza 208 South Aloud Street, Room 2731 Dallas, TX 75252 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER- 25 FORM TTfLE: Certificate of Liability Insurance Coverage evidenced applies to Subsidiaries of AT&T Inc, EXCLUDING Paedc Bell Telephone Company, Nevada Bell Telephone Company, Southwestern Bell Telephone Company, Illinois Bell Telephone Company, Indmare Bell Telephone Company, tdichigan Bell Telephone Company, The Ohio Bell Telephone Company, Wisconsin Bell, Inc, The Southern New England Telephone Company and BellSouth Telemmraumic tians, LLC, WfiH THE EXCEPTION OF Nevada Bell Telephone Company Workers' Compensation and 9n Southern New England Telephone Company Workers' Compensation. i ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Request for Proposals (RF P) 284273 project(s) will be awarded to any firm(s). 2.7. MINIMUM QUALIFICATIONS Proposers shall satisfy each of the following requirements cited below. Failure to do so may result in the Proposal being deemed non -responsive. A. Proposals will be considered only from firms that are regularly engaged in the business of providing goods and/or services as described in this Request for Proposal; that have a record of performance for a minimum period of three (3) years; and that have sufficient financial support, equipment and organization to insure that they can satisfactorily provide the goods and/or services if awarded a Contract under the terms and conditions herein stated. The term "equipment and organization," as used herein shall be construed to mean a fully equipped and well -established facility as determined by the proper authorities of the City. B. The City reserves the right, before awarding the Contract, to require a Proposer(s) to submitsuch evidence of his/her qualifications as it may deem necessary and as part of the Evaluation Committee's process, may consider any evidence available to it of the financial technical, and other qualifications and abilities of a Proposer, including previous experiences of same with the City and performance evaluation for services, in making the award in the best interest of the City. C. Proposers shall have no record of pending lawsuits, bankruptcies, or criminal activities and not have any conflicts of interest as defined by applicable law,with the City. 2.8. CONTRACT Ex t+.CUTION The selected Proposer(s) evaluated and ranked in accordance with the requirements of this Solicitation, shall be awarded an opportunity to negotiate a contract ("Contract") with the City. The City reserves the right to execute or not execute, as applicable a Contract with the selected Proposer(s) that is determined to be most advantageous and in the City's best interest. Such Contract will be famished by the City, will contain certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 2.9. FAILURE TO PERFORM Should it not be possible to reach the contractor or supervisor and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare Contractor in default of the contract or make appropriate reductions in the contract payment. 2.10. INSURANCE REQUIREMENTS INDEMNIFICATION Bidder shall pay on behalf of, indemnify and save City and its officials harmless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of bidder's performance under the provisions of the contract, including all acts or omissions to act on the part of bidder, including any person performing under this Contract for or on bidder's behalf, provided that any such claims, liabilities, losses and causes of such action are not attributable to the negligence or misconduct of the City and, from and against any orders, judgments or decrees which may be entered and which may result from this Contract, unless attributable to the negligence or misconduct of the City, and from and against all costs, attorneys' fees, expenses and liabilities incurred in the defense of any such claim, or the investigation thereof. The bidder shall furnish to City of Miami, c/o Purchasing Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance or evidence of self insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: L Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Page 25 of 51 Request for Proposals (RFP) 284273 B. 11 Business Automobile Liability T.imits of Liability B. Worker's Compensation Limits of Liability Each Occurrence General Aggregate Limit Personal and Adv. InjuryProducts/Completed Operations aggregate Endorsements Required City of Miami listed included as additional insured as per this aggrement Primary & Non Contributory Contingent & Contractual Liability coverage Premises and Operations Liability Explosion, Collapsed and Underground Exposure Bodily Injury and Property Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident Endorsements Required City of Miami included as an additional insured as per this aggrement Statutory -State of Florida Waiver of Subrogation IV. Employer's Liability A. T imits of Liability $500,000 for bodily injury caused by an accident, each accident $500,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit V. Professional Liability/Errors and Omissions Coverage Combined Single T .irnit Each Claim General Aggregate Limit VL Umbrella Excess Liability Each Occurrence Policy Aggregate ' he above poli^ics bidder shall provide the City of Miami with written notice of cancellation or material of any req'd coverage ' ge r +► -a^ . That is not replaced at Least 30 day in advance of ssuch callellation BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the bidder. All insurance_policies--requued_above shall beissued by_companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than.f.!4" minus as to management, and no less than "Class V" as to financial Page 26 of 51 Request for Proposals (RFP) 284273 strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All pelicies er certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. . NOTE: C1TY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the bidder of his liability and obligation under this section or under any other section of this Agreement. — If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. — In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: (4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation To Bid. (5) The City may, at its sole discretion, terminate this contract for cause and seek reprocurement damages from the Bidder in conjunction with the General and Special Terms and Conditions of the Bid. The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Bidder. 2.11. CONTRACT ADMINISTRATOR Upon award, contractor shall report and work directly with Lt Sean MacDonald, who shall be designated as the Contract Administrator. 2.12. SUBCONTRACTOR(S) OR SUBCONSULTANT(S) A Sub -Consultant, herein known as Sub-Contractor(s) is an individual or firm contracted by the Proposer or Proposer's firm to assist in the performance of services required under this Solicitation. A Sub -Contractor shall be paid through Proposer or Proposer's firm and not paid directly by the City. Sub - Contractors are allowed by the City in the performance of the services delineated within this Solicitation. Proposer must clearly reflect in its Proposal the major Sub -Contractors to be utilized in the perfomrance of required services. The City retains the right to accept or reject any Sub -Contractors proposed in the response of Successful Proposer or prior to contract execution. Any and all liabilities regardi g the use of a Sub -Contractor shall be borne solely by the SurrPssful Proposer and insurance for each Sub - Contractors must be maintained in good standing and approved by the City throughout the duration of the Contract. Neither Successful Proposer nor any of its Sub -Contractors are considered to be employees or agents of the City. Failure to list all Sub -Contractors and provide the required information may disqualify any proposed Sub -Contactors from performing work under this Solicitation. Proposers shall include in their Responses the requested Sub -Contractor information and include all relevant information required of the Proposer. In addition, within five (5) working days after the identification of the award to the Successful Proposer, the Successful Proposer shall provide a list confirming the Sub -Contractors that the Successful Proposer intends to utilize in the Contract, if applicable. The list shall include, at a minimum, the name, location of the place of business for each Sub -Contractor, the services Sub -Contractor will provide relative to any contract that may result from this Solicitation, any applicable licenses, references, ownership, and other information required of Proposer. 2.13. SPEC;1ii1CATIONEXCEPTIONS Specifications are based on the most current literature available. Bidder shall notify the City of Miami Purchasing Department, in writing, no less than ten (10) days prior to solicitation closing date of any change in the manufacturers' specifications which conflict with the specifications. For hard copy bid submittals, bidders must explain any deviation from the specifications in writing as a footnote on the applicable specification page and enclose a copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission. For electronic bid submittals, bidders must explain in the Header Page 27 of 51 Please note that this Business Tax Receipt expires on September 30th of the effective year listed herein. Ensuring renewal by October 1$` is the responsibility of the business entity. For further information you may call: (305) 416-1570 or (305) 416-1918. Favor de tomar nota que este Recibibo de Impuesto para Negocio se vence el 30 de Septiembre de ano indicado. Asegurar Ia renovacion para el fro de Octubre es Ia responsabilidad del negocio. Para mas information puede Ilamar al: (305) 416-1570 o (305) 416-1918. Souple pran not ke Resi Enpo pou Biznis-sa ap exspire 30 Septan-m ane sa men-m nan lis la. Se responsablite dirijan Biznis sa pou li renouvle-I Pwemie Oktob kap vini. Si ou bezwen plis enfomasiyon sou zafe sa , pa bliye rele nan (305) 416-1570 ou byen (305) 416-1918. EXHIBIT D INSURANCE REQUIREMENTS PROFESSIONAL SERVICES AGREEMENT FULLY MANAGED, HOSTED NG 911 SOLUTIONS I. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $ 2,000,000 Personal and Adv. Injury $ 1,000,000 Products/Completed Operations $ 1,000,000 B. Endorsements Required City of Miami included as additional insured as respects work under this Agreement Primary & Non Contributory Contingent & Contractual Liability Premises and Operations Liability Explosion, Collapsed and Underground Exposure II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired, Borrowed or Non-Owned_Autos Any One Accident $ 1,000,000 B. Endorsements Required City of Miami included as an additional insured 29 III. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of Subrogation Employer's Liability A. Limits of Liability $500,000 for bodily injury caused by an accident, each accident $500,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit IV. Professional Liability/Errors and Omissions Coverage Combined Single Limit Each Claim $2,000,000 General Aggregate Limit $2,000,000 V. Umbrella Liability (Excess Follow Form) Each Occurrence $1,000,000 Policy Aggregate $1,000,000 {AT&T} shall provide at least 30 days advanced written notice to City of any y cancellation or non renewal of any required coverage that is not replaced. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A-" as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. AT&T may self insure any of the required coverage. 30 Sample insurance Certificate 31 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/�YYYY) July 11,2012 7H6 CER TIFC ATE IS ISSUED AS A MATTER OF INFORMATION OILY AND CONFERS NO RGl175 UPON THE CERTIRCATE HOLDER. THIS CERTIFCATE DCES NOT AFRRA4A1WELY OR NEGATNELY AMEt,D, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CER 'RFC ATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING N SURER (61, AU TH OR EED REPR ESENTATNE OR PRODUCER AND THE CERTIRCA 1E HOLDER IMPORTANT: If the certfieste hdder Is an ADDITIONAL NSURED, the potty fie /) must be endorsed. If SUB ROGA110N *WAIVED, subject to the tome and wnddons of the polioy, certain poldes may require anendorserrtent. A statement on MI5 certitcate then notcenter rights to the certificate holder In Feu d such endorsere nye). PRODUCER Self Insured Program Producer Information is Not Applicable CONTACT NAME: Risk Management PHONEC (A . No. Eta): (214) 757-7990 IFAX (A/C, No): (214) 746-2278 E-MAL ADDRESS: ew4716(atl.com . N SURER (S) AFFORDING COVERAGE NAIC# NSURER A: Self -Insured NIA Nst$RED Be llso tdh Tele common Ica do r6, LLC INSURER B: Old Republic Insurance Co. 24147 NSURER C: 208 South Ak ard Street 12730.07 Dallas, TX75202 mb0481@att.com ATTUD EMAL ADDRESS:'• ........__...... _._...__..... .. ......_..._.. .... N SURER D : INSURER E: NSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER Certificate expires one yearafter issue date above. THIS IS TO C ERTFY THAT THE POUCIES CF NSURANCE LISTED BELOW HAVE BEEN 6SU ED TO THE INSURED NAMED ABOVE FOR THE PCLICY PERIOD IND GATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR GONDrCN OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CER-RFC ATE MAY BE ISSUED OR MAY PERTAIN, THE INSUR ANC E A FFORDED BY THE POUCIES DESCR BED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND COND TONS OF SUCH POLICIES. UNITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'tlsured is deemed to neon self -insured INSR LTR TYPE OF INSURANCE ADOL INSR SU BR AND POLCY NUMBER POLCYEFF (MM/OD/YYYY) POLCYEXP IMM/DD/YYYY) LIMITS A GENERAL UAB LIT/ r Self -Insured Ongoing Otgdng EACH OCCURRENCE $ __.:_z0 � F COMMERCIAL GENERAL UABIU TY 1 DAMAGE TO RENTED PREMtSES(EaOcclrrerce) $ 1,000,000 n CLAIMS -MADE OCCUR MED EXP(A ry one person) $ ' N/A FOLLOWS ISO FORM CG0001 PERSONAL & ADV INJURY 5 1.000.000 rF f PRIMARY/NON-CONTRIB. APPLES GENERAL AGGREGATE S 10,000,000 GEN'LAGGREGATE UNIT APPLIES PER: PRODUCTS-COMP/OP A GG S 10,000,000 )Y PO'_CY E Proiea 17 LAC $ N/A AUTOMCB LE UAB LITY nIA r— I Self -Insured As Approved by Ongoing Ongoing COMBINED SINGLE LMIT (Ea accident) S 1.000.000 1` ANY AUTO) , SCHEDULED AUTOS . State • BODILY INJURY (Per person) $ N/A 1a ALL OWd ED AUTOS BODILY IN.RJ RY (Per accident) s N/A F HIRED AUTOS J. NON -OWNED AUTOS r- PROPERTY DAMAGE (Pe accident) 5 N/A f'. FOLLOWS 6o FORM CA d001 $ N/A — UMBRELLA UAB OCCUR r- j- ,N/A NIA WA EACH OCCURRENCE s N/A EXCESS UAB ^ CLAIMS - MADE AGGREGATE S N/A DED RETENTONS $ • N/A 1) A 2) B WORKERS COMPENSATION AND EMPLOYERS' UAB LITY FCLLOVIS ISO FORM NCCI AC 0000006 NIA I 1) Self -Insured Applies to Ohb Bell 1) Ongoing 2) 6/1/12 1) Ongoing 2) 6/1/13 Fwc STATUTORY LMITS OTHER ANY PROPRIETORY/PARTERNEXECLJTNE (All 2) MAC 11746400 Otter AT&T E.L. EA CH ACCIDENT S 1,000,000 OFFC ER/MEMBER EXCLUDED? a. (Mandatory it NH) Entitles) EL. DISEASE -EA EMPLOYEE S 1,000.000 Y yes, describe under DESCRIPTION OF OPERATIONS below. EL.OISEASE-POLICY UMIT 3 1,000,000 A RAILROAD PROTECTIVE LABIUTY(R RP) FOLLOWS ISO FORM CG0035 NiA NIA Self-ttsured Ongoing Ongoing EACH OCCURRENCE $ NIB AGGREGATE $ :WA .... . DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101, Addtiadal Remarks Schedde, 1 more space is reputed) Coverage for Self- Insurance fat ows labst version of brms listed above for each coverage. At coverages Inducting ad dtio nal insured and waivers of subrogation status) apply based in writen contract. "Policy or Po hot es" mean se If-keu red coverage a s 1/ policy existed. Note: Coverages can no/ be amended or erterried in the below LRScrip/ion area. RE: City Bid numberRFP 284273, Fuly Managed Hosted NG911 City of Miami is included as Additional Insured under the General Liabilitypolcy by only with respect to the requirements of the contract between the Certificate Holder and the Insured. Waiver of Subrogation is provided for General Liabilty, as required by written contract and alowable by law 5/24/12 CERTIRCATE HOLDER (Required) CANCELLATION City of Miami Att: Purchasing Dept 444 SE 2ndAvenue, 6th floor Miami,•FI33130 SHOULD ANY OF THE ABOVE DESCREt ED POLICIES BE C ANC ELLED BEFORE THE EXPRATDN DATE THEREOF, NOTICE WILL BE DELIVERED N A CCORDANCE WITH THE POLICY PROVISIONS. Authorized Representative AT&T Risk Management Art K rchdfe r CM44elit ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD EXHIBIT E PRICING SCHEDULES 32 '^ '_e'tion �.. Local loops at342SJefferson St..per1/4mile UC12Customer node at34lS Customer Interface 1O0K4-1STS1(Z-MFNckts) Local loops at370O RCA Blvd ... per 1/4 mile OC1ICustomer node at370O Customer Interface 1D0M-1ST3l(1-K8FNckt) [C)node at8CRTFLK8A COnode interface 100K4-13T31(3'MFNckts) CO node atK4|AMFLGR [Onode interface 100K4-1S731(3'h4FNckts) Local loops at4SNVVSthSt... per 1/4mile OC12Customer node at4S Customer Interface lO0M-1ST3l(1-MFNckt) Local loops at40O0VV2ndAve .... per 1/4mile OC12Customer node at40U Customer Interface 1U0K4-1STS1(2-MFNckts) |/O Fixed ring 1/0 per 114 mile entire ring 12MatMiami PDtoGrande 0NF 1ZMatMiami PDtoBoca BMF I2MatFire College toGrande 8MF 12MatFire College toBoca BMF 33K4atGrande NCC 33M at Palm Beach NCC 1HVAX SHNC1 3HN1J 1HVAX SHN[1 SHN1J SHNH1 SHNCU SHNH1 SHNCU 1HVAX SHNCl IHN2J 1HVAX SHNC1 SHN1J 1HXFX ' ont '.� _Morithly ��, - - �ic , '`��'Tcoa| ��q, Unit �'� � 16 $ 52.50 $ 840.00 1 $ 1,110.00 $ 1,110.00 2 $ 155l0 $ 310'00 16 $ 52'50 $ 840'00 1 $ 1,110'00 $ I'110.00 1 S 155'00 $ 155.00 1 $ 1'110'00 1'110.00 3 $ 155.00 465.00 1 $ 1,110'00 1,110.00 3 $ 155.00 $ 465'00 16 $ 52'50 $ 840.00 1 $ 1'110.00 $ 2,110.00 l $ 155'00 $ 155.00 Z $ 5I.50 $ 105.00 1 $ 1'110.00 $ 1'110.00 2 $ 155.00 $ 310.00 23 $ 7130 $ 1'639'90 711.26 649.31 172.37 1�32.94 711.26 649.31 $ 172.37 1'532.94 71126 649.32 172.37 1,532.94 71126 649.31 272.37 1,532.94 1814.27 929.7 $ 363.79 2,307'66 1014.17 929.7 $ 363.79 $ 2'307.66 at&t AT&T ILEC Intrastate Pricing Schedule Case Number FL11-5344-03 AT&T MA Reference No. CUSTOMER ("Customer") AT&T ("AT&T") City of Miami Street Address: 400 NW 2nd Ave City: Miami State: FL Zip Code: 33128- Billing Address For purposes of this Pricing Schedule, AT&T means the Service Provider specifically identified herein. Street Address: 400 NW 2nd Ave City: Miami State: FL Zip Code: 33128- CUSTOMER Contact (for Contract Notices) AT&T Sales Contact Information and Name: Sean MacDonald Title: IT Manager Telephone: 305-603-6155 Fax: - - Email: sean_MacDonald@miami-police.or Street Address: 400 NW 2nd Ave City: Miami State: FL Zip Code: 33128- Name: Miriam Buonomo Title: Account Manager Telephone: 305-569-7325 Fax: - - Email: mb0481@att.com Attention: Assistant Vice President Street Address: 2180 Lake Blvd., 7th Floor City: Atlanta State: GA Zip Code: 30319 With a copy to: AT&T Corp. One AT&T Way, Bedminster, NJ 07921-0752 ATTN: Master Agreement Support Team Email: mast@att.com AT&T Authorized Agent or Representative Information (if applicable) Name: Company Name: Agent Street Address: • City: State: Zip Code: - Telephone: - - Fax: - - Email: Agent Code: Customer agrees to purchase the Service.according to the prices and terms and conditions set forth in this Pricing Schedule and in the applicable Service Publication. In jurisdictions that require the Service to be provided pursuant to tariff, the relevant Service Publication is the applicable Tariff; in jurisdictions that do not require the Service to be tariffed and in which AT&T has no tariff for the Service, the relevant Service Publication is the applicable Service Description(s), Price List(s) or Guidebook(s) (for ease of reference, the Service Descriptions, Price Lists and Guidebooks are referred to herein as the "Guidebook"). Tariffs and Guidebooks can be found at www.att.com/servicepublications. Service is provided by the AT&T Incumbent Local Exchange Carrier (ILEC) Affiliate(s) identified below as the Service Provider(s). Customer (by its authorized representative) AT&T (by its authorized representative) By: By: Printed or Typed Name: Printed or Typed Name: Title: Title: Date: Date: Page 1 of 7 AT&T and Customer Confidential Information at&t AT&T ILEC Intrastate Pricing Schedule Case Number FL11-5344-03 Option 1 of 1 Offer Expiration: This offer shall expire on: 10/1/2012. Estimated service interval following acceptance date: Negotiable weeks. Service description: Description: intrastate, intraLATA OC-12 BellSouth® SMARTRing® service and the associated special construction. Term: Sixty (60) months. Extension: This Agreement may be extended one (1) time for an additional sixty (60) months upon the mutual agreement of Subscriber and Company. Jurisdiction: Under this Agreement, this service may only be purchased by Customers whose traffic on this service will be at least 90% intrastate. Customer is responsible for complying with this requirement, and by ordering or accepting such service under this Agreement, Customer is representing to the Company that its traffic on the service will be at least 90% intrastate_ Customer understands and agrees that Company is relying upon Customer's representations concerning the proper jurisdiction of any and all circuits ordered under this Agreement. Customer expressly agrees that Company has the right, in its sole discretion, to immediately convert any circuit or service to the correct jurisdiction, and adjust the rates and terms accordingly, should the Company determine that the jurisdictional nature of the circuit or service is different than what the Customer represented_ Customer agrees to hold the Company harmless, and to indemnify and defend the Company from any and all claims that may result from the Company's conversion of any circuit or service to the correct jurisdiction, based on any good faith effort to comply with applicable regulatory requirements. Page2of7 AT&T and Customer Confidential Information at&t AT&T ILEC Intrastate Pricing Schedule Case Number FL11-5344-03 Option 1 of 1 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their duly authorized representatives on the dates set forth below. Accepted by: Subscriber: CITY OF MIAMI, a Florida municipal ATTEST: corporation By: Priscilla A. Thompson, City Clerk Johnny Martinez, P. E., City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: Julie 0. Bru City Attorney Company: AT&T Florida Calvin Ellis Risk Management Director By: Authorized Signature Printed Name: Title: Date: Page 3 of 7 AT&T and Customer Confidential Information e at&t AT&T ILEC Intrastate Pricing Schedule Case Number FL11-5344-03 Option 1 of 1 RATES AND CHARGES Rate Elements Non-Recurrinq Monthly.Rate USOC 1 BellSouth® SMARTRing® service $.00 $.00 1 HVXX . Local Channel Mileage Rates (All capacities) Per Local Channel BellSouth® SMARTRing® service Local Channel Mileage Rates (All capacities) - Per quarter air mile BellSouth® SMARTRing® service Interoffice Channel Mileage Rates - Fixed, OC-12 capacity BellSouth® SMARTRing® service Interoffice Channel Mileage Rates - Per quarter air mile (OC-12 capacity) BellSouth® SMARTRing® service Customer Node (Per Node) - OC-12 capacity BellSouth® SMARTRing® service Customer Channel Interface (Per Node) - Per Fractional 1000 Mbps - 50 Mbps 850 nrn Multi -mode BellSouth® SMARTRing® service Customer Channel Interface (Per Node) - Per Flex DS1 $.00 $52.50 1HVAX $.00 $71.30 1HXFX $.00 $17.50 1HXAX $.00 $1,110.00 SHNC1 $.00 $170.00 SHN10 $.00 $27.00 SHN1Q Page 4 of 7 AT&T and Customer Confidential Information at&t RATES AND CHARGES 8 9 AT&T ILEC Intrastate Pricing Schedule BellSouth® SMARTRing® service Customer Channel Interface (Per Node) - Per 100 Mbps (1 STS-1) Metro Ethernet Backbone BellSouth® SMARTRing® service Central Office Node (Per Node) - OC-12 capacity 10 BellSouth® SMARTRing® service Central Office Channel Interface (Per Central Office Node) - Per 100 Mbps (1 STS-1) Metro Ethernet Backbone Special Construction for placing new facilities at 3425 Jefferson St., Miami, FL Case Number FL11-5344-03 Option 1 of 1 $.00 $155.00 SHN1J $.00 $1,110.00 SHNH1 $.00 $155.00 SHNOJ $.00 $.00 WOOOV Page 5 of 7 AT&T and Customer Confidential Information at&t AT&T ILEC Intrastate Pricing Schedule RATES AND CHARGES NOTES: 1. The OC-12 SMARTRing service includes the following nodes in Florida: Customer Nodes: 400 NW 2nd Ave., Miami, FL 45 NW 5th St., Miami, FL 3425 Jefferson St, Miami, FL 3700 RCA Blvd., Palm Beach Gardens, FL Central Office Nodes: MIAMFLGR BCRTFLMA Case Number FL11-5344-03 Option 1 of 1 2. All rules and regulations for SMARTRing® Service from Sections B2 & B7 of the Private Line Services Tariff (PLST) are applicable to this Agreement. The rate elements included herein have been specifically discounted. Other rate elements used in the provision of the service have not been listed, but may be found in the appropriate Company tariff. Examples of other rate elements are: FCC surcharges, regulatory fees, taxes, or charges for features ordered that are not listed in the Agreement. 3. If any of the services provided under this Agreement are cancelled prior to the beginning of the selected service period, Subscriber will be liable for all capital expenses incurred by Company in provisioning this service, as of the date the order is cancelled by Subscriber. 4. Ethernet service diversity over SMARTRing will be accomplished by separating multiple circuits using multiple cards. Customer is required to purchase more than one (1) Ethernet circuit for a second Ethernet card to be provisioned. This Ethernet arrangement does not provide automatic switching. 5. The following nonrecurring charges will not apply upon initial installation. However, if SMARTRing® service is disconnected prior to the expiration of this Agreement, then Subscriber will pay nonrecurring charges as identified below: USOC Description Nonrecurring Charge 1 HVXX Local Channel Mileage Rates, per local channel $425.00 each 1 HXFX ' Interoffice Channel Mileage Rates, fixed $145.00 each SHNC1 Customer Node — 0C-12 $375.00 each SHN1 O Customer Channel Interface, per Fractional 1000 Mbps, 50 Mbps $450.00 each SHN1Q Customer Channel Interface, per Flex DS1, per node $360.00 each SHN1J Customer Channel Interface, per 100 Mbps (1 STS-1) ME Backbone, $800.00 each SHNH1 Central Office Node, OC-12, per node $375.00 each SHNOJ CO Channel Interface, per 100 Mbps (1 STS-1) ME Backbone, per $800.00 each WOOOV Special Construction for placing new facilities at 3425 Jefferson St., Miami, FL $31,238.00 Furthermore, upon Customer's request to disconnect all service prior to the expiration of the selected term, Customer will be charged a one-time Contract Preparation Charge in the amount of $512.00. 6. These rates and charges are in additionto any tariff rates and charges that may apply. Page 6 of 7 AT&T and Customer Confidential Information e at&t AT&T ILEC Intrastate Pricing Schedule Case Number FL11-5344-03 Option 1 of 1 All trademarks and service marks contained herein are owned by AT&T Intellectual Property and/or AT&T affiliated companies. END OF ARRANGEMENT AGREEMENT OPTION 1 Page 7 of 7 AT&T and Customer Confidential Information at&t 5 5201 Congress Avenue P Pod1B B Boca Raton, FL 33487 5 561-568-3975 1 12-Jul-12 City of Miami SAMs case FL12.2724-01 for billing purposes ONLY. Unit Total tfte 1stTousealaat r each PSAP USOC Description QTY Monthly Charge Non - recurring Charge Monthly Charge USOC#1 microDATA/AT&T Call Handling Srvc, City of Miami, Equipment, per Position charge 44 $ 105.15 $ 2,313.30 USOC#2 microDATA/AT&T Call Handling Srvc, City of Miami, Software, per Position charge 44 $ 162.27 $ 3,569.94 USOC#3 microDATA/AT&T Call Handling Srvc, City of Miami, Equipment Mtce & Spt,per Position charge 44 $ 41.80 $ 919.50 USOC#4 microDATA/AT&T Call Handling Srvc, City of Miami, Software Mtce, per Position charge 44 $ 66.07 $ 1,453.54 USOC#5 microDATA/AT&T Call Handling Srvc, City of Miami, Software Evergreen,per Position charge 44 $ 54.05 $ 1,189.10 USOC#6 . microDATA/AT&T Call Handling Srvc, City of Miami, Staging & Install, per Position charge 44 $ 44.07 $ 969.54 USOC#7 microDATA/AT&T Call Handling Srvc, City of Miami, CallTaker/Admin Training, per Position charge 44 $ - $ USOC#8 microDATA/AT&T Call Handling Srvc, Cityof Miami, Recorder Software,per Position charge 44 $ 30.09 - $ 661.98 USOC#9 microDATA/AT&T Call Handling Srvc, City of Miami, Recorder Installation,per Position charge 44 $ 7.14 $ 157.08 USOC#10 microDATA/AT&T Call Handling Srvc, City of Miami, Recorder, Software Mtce, per Position charge 44 $ 30.75 $ 676.50 USOC#11 microDATA/AT&T Call Handling Srvc, City of Miami, Recorder Trainingg per Position charge 44 $ - $ USOC#12 microDATA/AT&T Call Handling Srvc, City of Miami, Rack Mount Workstn, Equipment,per Pos charge 44 $ 9.77 - $ 214.94 USOC#13 USOC#14 microDATA/AT&T Call Handling Srvc, City of Miami, Rack Mount Workstn, Install per Position charge microDATAJAT&T Call Handling Srvc, City of Miami, Start Billing at Contract Signature TOTAL upon Contract SIgnature TOTAL Monthly Charge at first Use of 1st PSAP • . . . . . TOTAL Monthly Charge at first Use of 2nd PSAP TOTAL Monthly Charge SO Month Term 44 1 22 22 44 $2,000,000.00 , • : $12,125.42 $124 25.42..;, R92 STATE OF FLORIDA 'DEPARTMENT OF MANAGEMENT SERVICES DI VISION OF TELECOMMUNICATIONS SUNCOM NETWORK SERVICES AGREEMENT This AGREEMENT is by and between the: CITY OF MIAMI POLICE ID NO. (PLEASE TYPE) Which is a: I. STATE AGENCY 2. POLITICAL SUBDIVISION 3. NON-PROFIT CORPORATION 4. MUNICIPALITY hereinafter referred to as the Using Agency, and the State of Florida, Department of Management Services, hereinafter referred to as DMS. Whereas, the Using Agency has applied for services froin the state telecommunications network known as SUNCOMv1; and Whereas, the Using Agency complies with all requirements of Chapter 282, Florida Statutes, and the rules of DMS; NOW THEREFORE, it is agreed: 1. DMS shall provide SUNCOM Services to the Using Agency according to the Services ordered by the agency. DMS shall provide the Using Agency accessibility to SUNCOM. All lines not restricted by the Using Agency shall have access to SUNCOM. 3. Using Agency understands and agrees that the DMS electronic Communications Service Authorization (CSA) ordering process will be used to order all services. (The electronic ordering process is subject to change at the discretion of the DIAS.) Using Agency is liable for all charges on ordered services until the DMS receives a cancellation service order (CSA) from the Using Agency for the service and the service order (CSA) has been processed by the vendor. 4. Charges shall be paid to DMS by the Using Agency for these services and shall be based upon the current rates established and published by DMS to all state agencies and local government Communications Service Authorization (CSA) representatives. These rates shall cover administrative costs as well as network utilization and access costs. DMS shall provide the Using Agency with an invoice each month for services utilized by the Using Agency, consistent with the billing system, rates and concepts used to develop the overall SUNCONI rate structure and cost recovery methodology. 5. Nonpayment of an invoice presented to an agency within 45 consecutive calendar days constitutes sufficient reason for DMS to: (a) notify the•applicable common carrier to terminate service to the agency in the case of a non -state agency; or (b) notify the State of Florida Chief Financial Officer to transfer funds to the Department of Management Services under the provision of Chapter 216.292(9), Florida Statutes, in the case of a state agency. If non-payment is for a SUNCOM Network Service, in the case of a non -state agency, the 1 of 3 Revised: 1/9/2009 SUNCOM Network Operations Center (NOC) will be notified to block the non -state agency's access to the network. 6. The Using Agency recognizes and agrees that the billing concepts and network configuration may be subject to changes from time -to -time as a result of changes in applicable laws, regulations, traffic patterns, and other conditions which may result in modifications to existing policy decisions or directives. 7. It is agreed that the obligations of each party hereunder are subject to the laws of Florida and subject to monies being lawfully available to fulfill such obligation. If at any time monies are not available to either arty n receiving such party for that this contractparty sha l beshall teminated at theother eud of the pertiodloftime for which such tmonies information, and thereupon this o available. 8. the SUNCONI er agency shall Network. Such useray its agency hallall also pay forinstallation all initialcosts n stallationocostsconnect for addinguser additional the SUNCO� 1 N facilities to the state SUNCOM Network. 9. DMS, as well as the Using Agency, will be required to provide a minimum of 30 days written notice to the other party prior to termination of service, except as provided in paragraph 5 hereof. 10. - The resale of any SUNCOM service to a non -qualified subscriber, where qualified subscribers are set forth in Chapter 282, F.S., is expressly prohibited. I I . User Agencies shallaprovide written attheaddressf a name shown below. within 30 days of name change. This notification shall 12. User Agenciescontractual agreement, within 30 days ofstatus change qualifying tt shall provide to DM notification of a change in the status of the qualifying Using Agencies qualifying for SUNCOM services as a non-profit per Chapter 282.105, F.S., must meet the following conditions: Be a registered non-profit organization, registered with the Florida Department of State. 2. Be under contract with a State Agency, County or City govemment. 3. Receive the majority of funding from the qualifying contract. 4. Expend the majority of funds in support of the qualifying contract. Please provide the following information as it pertains to the qualifying contract: a. State Agency, County or City Government the Using Agency has a contract with: b. Contract Number: Expiration Date: c. Contract Administrator (Must be state, county or city - governrnent employee) • d. Telephone Number of Contract Administrator: ely pdates, and to e 13. The 'Lo Using Agencyeryce" addrees ossp,rtto include e street address, bual information, ild ng name/number,landtroom/cubiccaltnumber, "Location of S for each DMS assigned local service number for use in the 911 address database. 2 of 3 Revised: 1/9/2009 I4. The Using .Agency understands that telephone numbers provided by DMS as part of the SUNCOM local service offering belong to the DIMS and cannot be "ported" to another company should SUNCOM service be terminated. • SUNCOM NETWORK SERVICES AGREEMENT SIGNATURE PAGE USING AGENCY (PLEASE TYPE) AGENCY NAME CITY OF MIAMI ADDRESS no Post Office Box) CITY COUNTY ZIP CODE FEID # Affixing signature below certifies that the Using Agency has reviewed and meets all requirements for SUNCOIvl eligibility per Florida Statutes, Chapter 282. DEPARTMENT OF MANAGEMENT SERVICES ISignawre Line) NAME TITLE DATE TELEPHONE NO. E-MAIL: INDIVIDUAL TO CONTACT (lydif'ferent from above) NAME TITLE PHONE FAX E-MAIL: STATE OF FLORIDA DIVISION OF TELECOMMUNICATIONS 4050 ESPLANADE WAY BUILDING 4030, SUITE 125E TALLAHASSEE, FLORIDA 32399-0950 Kevin T. Langston Chief, Service Delivery Department of Management Services Division of Telecommunications Voice - (350) 922-7477 Fax - (350) 922-5162 E-Mail: Kevinlangston@dms.mytlorida.com DATE 3 of 3 Revised: 1/9/2009