proposal 08-075 matanuska-susitna borough …bids.centerdigitalgov.com/nav_kcc_ 12-14-2007_...

79
PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH PURCHASING DIVISION PALMER, ALASKA PROPOSAL AND CONTRACT DOCUMENTS FOR ENHANCED 9-1-1 SYSTEM UPGRADE OPENING DATE & TIME: January 16, 2008 @ 4:00 PM

Upload: others

Post on 16-Oct-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

PROPOSAL 08-075

MATANUSKA-SUSITNA BOROUGH PURCHASING DIVISION

PALMER, ALASKA

PROPOSAL AND CONTRACT DOCUMENTS

FOR

ENHANCED 9-1-1 SYSTEM UPGRADE

OPENING DATE & TIME: January 16, 2008 @ 4:00 PM

Page 2: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

TABLE OF CONTENTS

Advertisement SECTION I Instructions to Offerors SECTION II Scope of Services SECTION III Evaluation Criteria and Process SECTION IV Submittal Page SECTION V Sample Agreement ATTACHMENTS

A. Requirements B. Glossary

2

Page 3: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

PAGE INTENTIONALLY LEFT BLANK

3

Page 4: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

MATANUSKA-SUSITNA BOROUGH 350 East Dahlia

Palmer, Alaska 99645

A D V E R T I S E M E N T

VENDOR

ACCOUNT # DATE FOR

ADVERTISEMENT

Frontiersman CONTRACT December 9, 2007

Anchorage Daily News MATA 0070 December 6, 2007

TYPE OF AD: ( ) Display ( X ) Classified ( ) Public Information

The material herein must be printed in its entirety on the dates shown above. Affidavit of publication is required prior to payment.

MATANUSKA-SUSITNA BOROUGH PROPOSAL #08-075

ENHANCED 9-1-1 SYSTEM UPGRADE

The Matanuska-Susitna Borough is seeking proposals from qualified offeror’s to upgrade the Borough’s E9-1-1 Automatic Location Information Database Management System and Public Safety Answering Point Equipment. The installed system is intended to be based on substantially off-the shelf application software with minimal customization, procured on a turn-key basis including delivery, installation, testing, training, documentation, warranty, and post-installation maintenance services. Proposal documents are available beginning December 7, 2007 in the Purchasing Division, Matanuska-Susitna Borough, 350 E. Dahlia Ave., Palmer, AK 99645. Info: (907) 745-9601, Fax (907) 745-9617, e-mail [email protected]. This proposal document may available on the internet at www.matsugov.us. Pre-Proposal: Teleconference, December 19, 2007 @ 1:00 PM Alaska Time Proposals due: January 16, 2008 @ 4:00 PM in the Purchasing Division of Finance. Persons needing accommodation in order to participate should contact the Borough’s ADA coordinator at (907) 746-7404. The Matanuska-Susitna Borough reserves the right to accept or reject any or all proposals, waive any and all technicalities or informalities it deems appropriate. Award of this project is subject to the availability of funding.

Page 1 of 1

Requested by: Signature on File

Approved by: Signature on File

DEPARTMENT ACCOUNT NO.: 480.000.000.422.000.445184.2100.2101

4

Page 5: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

PAGE INTENTIONALLY LEFT BLANK

5

Page 6: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

SECTION I

Instructions to Offeror’s

6

Page 7: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

PAGE INTENTIONALLY LEFT BLANK

7

Page 8: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

GENERAL INSTRUCTIONS TO OFFEROR’S PROFESSIONAL SERVICES

01. EXAMINATION OF DOCUMENTS AND SITE Before submitting a proposal, the Proposer is encouraged to:

• Carefully examine and acquaint themselves with all portions of the proposal and specifications.

• Fully inform themselves of existing conditions and limitations.

• Include in their proposal sums sufficient to cover all items required by the Contract, and shall rely entirely upon their own examination in making their proposal. The submission of a proposal shall be taken as prima facie evidence of compliance with this paragraph.

• If material required for proposal purposes by these documents is absent, the Proposer is

required to notify the Purchasing Officer.

• Any interested party submitting a bid/proposal on Matanuska-Susitna Borough (MSB) projects should first review the MSB Debarment/Suspension List. This listing is available off of the MSB Purchasing Division web page. Any submission of a bid/proposal, with participation or involvement of an individual, company, firm or corporation on this list will render the bid/proposal as non-responsible.

02. INTERPRETATION Should an Offeror find discrepancies in, or omissions from, the drawings or specifications, or be in doubt as to their meaning, they should at once notify the Purchasing Officer who will send written instructions or addenda to all Offeror’s. The Purchasing Officer will not be responsible for oral interpretations. Questions received less than five (5) business days before proposal close may not be answered. All addenda issued during the time of proposals shall become part of the Contract Documents. Questions or requests for clarifications shall be directed to the borough’s Purchasing Officer. Questions or requests for clarification directed to any other member of the Borough staff may be grounds for rejection of proposal as being irregular. Fax questions to the Purchasing Officer at (907) 745-9617 or email to [email protected]. 03. FORM OF PROPOSAL Proposals should be submitted in accordance with the Section entitled Proposal Submission & Evaluation Criteria. 04. ALTERNATES Alternate proposals, other than those called for in this solicitation, shall not be considered. The failure of an Offeror to propose upon all alternates called for may cause the rejection of the proposal as irregular. 05. SIGNATURE The Offeror shall sign the original printed proposal in longhand, preferably in blue ink.

8

Page 9: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

06. SUBMISSION OF PROPOSAL One (1) clearly marked original hardcopy and one (1) CD-ROM containing a copy of the proposal documents in pdf format shall be enclosed in a sealed envelope, addressed, marked, and delivered to the following address:

Matanuska-Susitna Borough Purchasing Division of Finance 350 E. Dahlia Avenue Palmer, Alaska 99645

Sealed envelope MUST reflect the following information clearly printed in the LOWER LEFT HAND CORNER:

PROPOSAL DOCUMENT Proposal No. 08-075 Closing Date: JANUARY 16, 2008 @ 4:00 PM Title: ENHANCED 9-1-1 SYSTEM UPGRADE

If more than one Proposal/Bid is offered by any one party, by or in the name of their clerk, partner, or other person, all such Proposals/Bids will be rejected. A party who has quoted prices to a Offeror/Bidder is not thereby disqualified from quoting prices to other Offerors/Bidders, or from submitting a Proposal/Bid directly for the work. 07. SUBMITTAL PAGE The Borough’s submittal page must be completed, signed and returned along with the proposal. Offeror’s should acknowledge addenda, if any, on the submittal page. The bottom of the submittal page contains a list of documents that should be included as a part of the proposal. Unless otherwise stated elsewhere in this solicitation, the submittal page and any required licensing is not counted toward any stipulated page limitation(s). 08. MODIFICATIONS No oral or telephone modifications of any proposal submitted will be considered. 09. WITHDRAWAL OF PROPOSAL Offeror’s may withdraw their proposal either personally or by written request at any time prior to the time set for the proposal opening. No proposal may be withdrawn after the time set for the opening thereof. Proposals may be modified after proposal opening only as a result of negotiations.

10. EVIDENCE OF QUALIFICATIONS Upon request of the Owner, an Offeror, whose proposal is under consideration for the award of the Agreement , shall submit promptly to the Owner satisfactory evidence of the Offeror’s financial resources, their experience, their performance in completing other projects of a similar nature and the organization and equipment they have available for the performance of the Agreement.

9

Page 10: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

11. AWARD Each proposal will be rated independently. An Offeror whose rating is scored the highest will be invited to enter into discussions to clarify their current proposal and/or enter into award negotiations. Award(s) shall be made to the person(s) determined by the evaluation team to be the best qualified, and shall be for an amount of compensation determined to be fair and reasonable. If compensation cannot be agreed upon with the best-qualified person or firm, negotiations shall be formally terminated with that person. If more than one firm determined to be qualified submitted proposals, negotiations may be conducted with the next firm, in order of their respective qualification ranking. The contact may be awarded to the person or firm then ranked as best qualified if the amount of compensation is determined to be fair and reasonable. 12. BOROUGH’S RIGHT TO REJECT PROPOSAL The right is reserved to reject any or all proposals and to waive any informalities. Informalities that cannot be waived (MSB Code 3.08.250) are timeliness and manual signature requirements. 13. PROTEST OF AWARD OF PROPOSAL Within two days of service of the purchasing officer’s determination of the apparent successful bid, a proposer who wishes to protest the determination shall lodge a protest with the purchasing officer. The protest shall be in writing on a form provided by the purchasing officer. The protest shall describe with particularity the alleged errors in the award recommendation. The purchasing officer shall conduct a review and, within three working days of receipt of the protest, issue a determination. Full text of the protest and appeal procedures, as well as the protest form, can be downloaded from the Borough’s web site at www.matsugov.us. A copy can also be obtained by contacting the purchasing division at (907) 745-9601. In order to receive notice of the apparent successful bid, the Proposer must provide the borough with a facsimile number. It is the responsibility of the Proposer to follow the selection process and stay apprized of the bid or proposal due date, the date notice of apparent successful proposer is issued and the period in which protests can be filed. 14. MATANUSKA-SUSITNA BOROUGH BUSINESS LICENSE Effective January 1996, Matanuska-Susitna Borough Code, Chapter 3.36, requires that all businesses conducting business within the boundaries of the Borough have a current business license issued by the Borough. Prior to any award as a result of this solicitation, the Contractor may be required to provide proof that they have a current Matanuska-Susitna Business License or proof that they have applied for one. Copies of this borough code and instructions on obtaining a business license may be obtained at the Collection Counter, Finance Department, or by calling 907-745-9632. MSB §3.36.040. 15. EXECUTION OF AGREEMENT The Proposer whose proposal is accepted shall execute the Agreement and furnish the required insurance within ten (10) working days after notice of Intent to Award of the Agreement is issued. The Agreement shall be considered executed by the successful Proposer when the Agreement is signed by an authorized representative of the Proposer and the insurance certificate(s) are received by the

10

Page 11: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Purchasing Officer. Failure or neglect of the Proposer to execute the Agreement within the time specified may result in the award of the Agreement to the next lowest Proposer. The owner will execute the Agreement within ten (10) working days after execution by the Proposer’ as set forth above. The date the Agreement is executed by the Owner is the Agreement Date. The rights of the obligations provided for in the Agreement shall become effective and binding upon the parties of the Agreement Date. The Notice to Proceed will be issued within seven (7) working days of the Agreement Date unless otherwise specified in the SPECIFICATIONS. The effective date of the Notice to Proceed shall be within ten (10) working days of the Agreement Date unless otherwise specified in the Scope of Services. 16. ADDITIONAL CONTRACT DOCUMENTATION This section identifies Additional Contract Documentation to be provided by contractors with the executed agreement. Documentation is preferred electronically as well as in hard-copy (printed) format. Contract Documentation will be provided before the initiation of work.

1. All Application or Operating System Software Licenses, Terms and Conditions, including third-party products.

2. All Warranty Terms and Conditions specific to hardware, software and services.

3. All Manufacturer and Vendor Maintenance and Support Terms and Conditions.

4. Minimum specifications for Borough and third-party provided equipment or facilities.

17. BOROUGH PREFERENCE POLICY – (Not Applicable) 18. CONTRACTOR’S VIOLATION OF TAX OBLIGATIONS A. No agreement shall be awarded to any individual, firm, corporation or business that is

found to be delinquent in any area of taxation, lease or rental agreement with the Borough and School District which has not been remedied within 10 calendar days of receipt of written notice.

B. This Agreement can be terminated for cause if it is determined that the individual, firm,

corporation or business is in arrears of any taxation, lease or rental agreement that is due to the Borough that is not remedied within 10 calendar days of notification by regular mail.

C. The Borough reserves any right it may have to offset amounts owed by an individual,

firm, corporation or business for delinquent Borough taxes against any amount owing to the same under a contract between the Borough and the same.

19. INSURANCE See Insurance Requirements in Sample Agreement, Section 28.

11

Page 12: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

20. FLOW DOWN PROVISIONS In the event that this Agreement is issued in connection with another government agency, the Buyer will make every effort to include any flow down or contract provisions required by that agency in this solicitation and any resultant Agreement. The Buyer reserves the right to include, and the Contractor agrees to comply with any flow down or other agency provisions. In the event that flow down or contract provisions required by other agencies or by Law are inadvertently omitted from this solicitation or resultant Agreement, both Buyer and Contractor agree to negotiate in good faith of that provisions inclusion. 21. ACCEPTANCE OF CONTRACT/AGREEMENT TERMS AND CONDITIONS By signing the Proposal Form/Proposal Submittal Form, the bidder or proposer certifies that they have examined and accept the terms and conditions of the contract or agreement contained in this solicitation. The acceptance is inclusive of, but not limited to, all CONTRACT REQUIREMENTS, TERMS AND CONDITIONS, GENERAL PROVISIONS, AND SUPPLIMENTAL CONDITIONS along with any and all conditions contained in the INSTRUCTIONS TO BIDDERS/PROPOSERS associated with this solicitation. Submission of a bid or proposal in response to this solicitation, certifies that the proposer is willing to accept these terms and understands that failure to accept these terms will subject the proposer to forfeiture of the contract/agreement and loss of any bid guarantee as liquidated damages. Bidders and proposers are encouraged to carefully examine the insurance requirements, any bonding requirements, and any Defense and Indemnification clause contained in the sample contract/agreement. 22. STATUTORY REQUIREMENTS Offerors and proposed subcontractors shall be in compliance with the statutory requirements for Alaska licensing included in the certification statement in this RFP package. Non-compliance shall result in rejection of proposal.

12

Page 13: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

PAGE INTENTIONALLY LEFT BLANK

13

Page 14: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

SECTION II

Scope of Services

14

Page 15: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

PAGE INTENTIONALLY LEFT BLANK

15

Page 16: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

ENHANCED 911 SCOPE OF WORK

1.0 BACKGROUND INFORMATION Demographic Information The Matanuska-Susitna Borough (the Borough) covers an area of 24,502 square miles in south central Alaska, directly north of the Municipality of Anchorage, and has a population of approximately 72,000 persons. The Borough is the most rapidly growing area of Alaska, currently at a rate of over four percent per year. There are three incorporated cities in the Borough: Palmer, Wasilla and Houston. About half of the population resides in an approximately 100 square mile area in and around Palmer and Wasilla, with the remainder distributed throughout the rest of the Borough, including 25 unincorporated communities. E9-1-1 Emergency Communications The Matanuska-Susitna Borough’s 9-1-1 Primary Public Safety Answering Point (PSAP) is currently located at the Palmer Police Department, which provides primary 9-1-1 call taking in the Borough as well as law enforcement, fire, emergency medical and animal control dispatch. Palmer Police Department headquarters is located at 423 South Valley Way in Palmer. As the single Primary Public Safety Answering Point (PSAP), the Dispatch Center answers both wire line and wireless 9-1-1 calls from within the Borough, as well as call transfers from other agencies. The Dispatch Center also answers non-emergency, administrative calls for the Palmer Police Department. The Center currently has four call taking positions, but is undergoing a remodeling project that will increase this to five positions. Intelligent (personal computer) workstations from Nine One One, Inc. are currently implemented, providing automated access to Automatic Number Identification (ANI) and Automatic Location Identification (ALI) data with incoming calls. The current configuration includes a Comdial PBX and connections to the Palmer Police Department Avaya PBX telephone system. The Borough has also deployed an InterAct Computer Aided Dispatch (CAD) system that includes automated mapping capabilities capable of displaying Phase I and Phase II location information. A Stancil Logging Recorder has been installed for audio recording of telephone and radio communications. The City of Wasilla has established a dispatch center (MAT-COM) located at the Wasilla Police Department that dispatches the Wasilla Police Department, the City of Houston Police and the region’s Alaska State Troopers. The Center utilizes digital Centrex telephone service provided by MTA; there is currently no E9-1-1 equipment deployed at MAT-COM. In addition to receiving 9-1-1 calls via transfer from Palmer Dispatch, the Center also receives non-emergency, administrative calls for the Wasilla Police Department and the Alaska State Troopers. MAT-COM has six positions, each will similar call taker and dispatch capabilities, and one additional supervisor position. MAT-COM has implemented a Tiburon CAD System with automated mapping capabilities. A VoicePrint Logging Recorder has been installed for audio recording of telephone and radio communications. The following diagram provides a high-level overview of the Borough’s current E9-1-1 system architecture:

16

Page 17: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

The Borough and the cities of Palmer and Wasilla have completed an agreement to provide for mutual overflow call taking and alternate routing of 9-1-1 calls for backup purposes. This agreement includes reimbursement provisions depending on the volume of calls handled by the other agency. The agreement further calls for the mutual coordination of Master Street Address Guide (MSAG) information. In addition, the Borough has a mobile communications Command Van that is intended to provide temporary dispatching capabilities on an ad-hoc basis. A number of pre-wired pedestals will be provided within the Borough to expedite connection to public switched telephone network facilities, as well as broadband and cable television connectivity. A future capability to utilize the Command Van as a PSAP is envisioned. ALI Database Management The Borough’s ALI Database Management System (DBMS) is currently housed at the Matanuska Telephone Association (MTA). This system is provided by Nine One One, Inc. and was recently upgraded to support NENA 2.1 ALI formats. The ALI database will be populated primarily with wire line subscriber records from Matanuska Telephone Association (MTA) and General Communications, Inc. (GCI). 1.2 PROJECT SCOPE The Borough’s Department of Emergency Services and the Borough’s E9-1-1 Advisory Board are jointly sponsoring this project and overseeing the procurement and implementation process. The funding for the project has been established through 9-1-1 surcharge revenues. Throughout this RFP the term “vendor” is used to represent the software and implementation services firm. The term “contractor” refers to the firm that is awarded the contract.

17

Page 18: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Vendor Services The successful contractor shall provide full turn-key implementation services to include project planning and management; detailed system design; software and hardware procurement and installation; database conversion and initialization; end user and carrier training; preliminary acceptance testing; operational cut-over; performance validation period; documentation; final review and acceptance; warranty; and post-warranty contract maintenance. Vendors are to identify any required facility or network provisioning for the proposed system. In particular, proposers need to clarify any provisioning costs that would be the responsibility of the Borough or local carriers that is not included in their proposed scope of services. This would include data circuits between the ALI servers and the PSAPs, wire line and wireless carrier connections, and any remote third-party access. PROJECT GOALS The current procurement is grouped into two projects:

Project 1. Procurement of an upgraded ALI Database Management system Project 2. Deployment of E9-1-1 PSAP equipment at MAT-COM

Project 1. ALI Database Management System The primary objective of this project is to deploy Wireless 9-1-1 Phase I and Phase II capabilities as provided for in Federal Communications Commission (FCC) Order 94-102. In accordance with these rules, the Borough will be ‘ready’ to submit Request For Service letters to wireless carriers once the path to an advanced ALI database management platform is established. The scope of the ALI database management system is to include existing wire line subscriber record aggregation capabilities, support for wireless Phase I and Phase II capabilities, and to provide a platform for Next Generation E9-1-1 database services. The Borough considers the ‘aggregator’ function to administer the ALI database platform, review daily system logs and reports, and resolve certain database errors, either with the carriers or with the software/system provider. While the current ALI database platform is owned by the Borough and administered under contract, the Borough is prepared to become the aggregator and host the ALI servers should the proposed approach be found cost effective. Coincident with this project, the Borough will be developing individual written agreements with the wire line and wireless carriers to clarify the respective roles and responsibilities. If vendors only respond to Project 1, then the proposal response must not contain any contingencies or exceptions based on PSAP equipment or configuration. Project 2. MAT-COM PSAP Equipment The configuration of the primary and secondary PSAPs within the Borough would remain as currently established: Palmer Dispatch will be the primary wire line and wireless 9-1-1 call taking center, transferring calls as necessary to MAT-COM or other dispatch centers. The current project is intended to provision MAT-COM as a fully independent E9-1-1 PSAP, with the ability to become the primary PSAP on a back-up basis, or to handle overflow calls from Palmer Dispatch. This requirement anticipates partitioning 9-1-1 circuits from local exchange carriers between

18

Page 19: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

the two dispatch centers, as well as provisioning interconnecting links to provide for the Borough’s desired call routing configuration. This project also anticipates E9-1-1 system integration with MAT-COM’s CAD system for incident entry and (mapping) display of inbound calls for service. The primary back-up strategy for the Borough is to enable both MAT-COM and Palmer dispatch centers with equal E9-1-1 capability in a ‘hot’ standby mode of operation. Should one center become inoperative, dispatch personnel would move to the other center and occupy available positions. An acceptable Alternate for Project 2 is the deployment of IP-capable PSAP equipment at both MAT-COM and Palmer Dispatch Centers (see following section). Alternate Project 2. MAT-COM and Palmer Dispatch PSAP Equipment The E9-1-1 system equipment at Palmer Dispatch has recently been updated and is considered technologically current. Upgrades from Nine One One, Inc. to accommodate the receipt of wireless 9-1-1 Phase I and Phase II calls are available, and the existing E9-1-1 system is integrated with the Palmer Dispatch Center’s CAD and mapping systems. Due to the rapid progression of technology, the Borough wishes to evaluate the costs and merits for the near-term deployment of Internet Protocol (IP)-based E9-1-1 system architectures that would provide a framework for migration to Next Generation 9-1-1 services. In consideration of having common operational characteristics, the Borough desires to consider this alternative for both PSAPs. The Borough will receive and evaluate an Alternative Proposal to Project 2 (MAT-COM and Palmer Dispatch PSAP Equipment) as the sole response or in addition to a baseline Project 2 response for MAT-COM PSAP Equipment only. 1.3 GUIDELINES By virtue of submitting a proposal, interested parties are acknowledging:

1. The Matanuska-Susitna Borough reserves the right to reject any or all proposals if it determines that select proposals are not responsive to the RFP or if the proposals themselves are judged not to be in the best interests of the Borough. The Matanuska-Susitna Borough reserves the right to reconsider any responsive proposal submitted at any phase of the procurement. It also reserves the right to meet with vendors at any time to gather additional information.

2. This procurement involves a negotiated software and services contract. It is anticipated that,

once the Borough identifies two viable proposals, after software demonstrations and other evaluative processes, negotiations will take place on costs of software and implementation related services as well as other items that mitigate the Borough's risks. The Matanuska-Susitna Borough will consider all cost and business terms to be negotiable and not artificially constrained by internal corporate policies. Firms that contend that they lack flexibility because of their corporate policy on a particular negotiation item will face a significant disadvantage and may not be elevated to the final negotiation phase.

3. All vendors agree that their pricing is valid for a minimum of six (6) months from the RFP

proposal due date.

4. Pre-Proposal Conference: The Matanuska-Susitna Borough will conduct a pre-proposal teleconference on December 19, 2007 beginning at 1:00 PM Alaska Time. Interested parties should contact Purchasing at 907-745-9601 or email [email protected] for information on accessing this conference. Participants wishing to attend in person can receive information

19

Page 20: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

on the location from the same contacts. Attendance/participation is encouraged but not required.

1.4 TENTATIVE PROCUREMENT AND IMPLEMENTATION SCHEDULE December 7, 2007 (Friday) RFP Release Date December 19, 2007 (Wednesday) Pre-Proposal Teleconference, 1:00 PM Alaska Time January 8, 2008 (Tuesday) Written Questions Due January 16, 2008 (Wednesday) Proposals Due, 4:00 PM Alaska Time January 23, 2008 (Wednesday) Proposals Evaluated and Two Vendors Selected February 4-8, 2008 (Mon-Fri) Vendor Demonstrations, Discovery Sessions February 29, 2008 (Friday) Contract Negotiations Completed March 18, 2008 (Tuesday) Assembly Approval/Contract Award September 30, 2008 (Tuesday) Systems Fully Operational 2.0 PROPOSAL FORMAT In order to facilitate the analysis of responses to this RFP, vendors are required to prepare their proposals in accordance with the instructions outlined as follows. Proposals should be prepared as simply as possible and provide a straightforward, concise description of the vendor’s capabilities to satisfy the requirements of the RFP. Emphasis should be concentrated on accuracy, completeness, and clarity of content. All pages, figures, and tables should be numbered and clearly labeled. Vendors are required to follow the outline below when preparing their proposals:

Section # Title -- Title Page -- Signed Letter of Transmittal -- Submittal Page -- Table of Contents 1.0 Executive Summary 2.0 Project Methodology and Approach 3.0 Company Background 4.0 Software and Computing Environment 5.0 Integration/Interfaces 6.0 Data Initialization 7.0 Third-Party Products 8.0 Implementation Plan 9.0 Vendor Capabilities 10.0 Training 11.0 Maintenance and Support Program 12.0 Responses to Functional/Technical Requirements 13.0 Client References 14.0 Cost Proposal 15.0 Exceptions To The RFP 16.0 Sample Documents

Content instructions relative to each part of the response to the RFP are defined in the remainder of this section.

20

Page 21: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

EXECUTIVE SUMMARY (SECTION 1.0)

This portion of the response should be limited to a brief narrative highlighting the vendor’s proposal. The summary should not be technical in nature, but rather oriented toward non-technical personnel. This section should not include any cost or pricing information.

The Executive Summary should identify the primary contact for the Proposal Team including name, address, telephone number, and email address.

PROJECT METHODOLOGY AND APPROACH (SECTION 2.0)

This section of the proposal should include a general discussion of the Proposal Team’s understanding of the “overall” project and a summary of the products and services being proposed.

This section should contain information on the firm's methodology in meeting the Borough’s scope of work requirements, including a narrative Scope of Work Statement.

Vendors are to describe any special issues or considerations which may be envisioned. COMPANY BACKGROUND (SECTION 3.0)

Provide a brief corporate history and describe the company size and organizational structure.

Provide information on the external resources available to your firm which indicates you have access to the services necessary to perform the work.

Identify any subcontractors, local service providers or formal relationships with other providers or manufacturers.

The intent is to allow the Borough to evaluate the Proposal Team’s stability and ability to support the commitments set forth in the response to the RFP. The Matanuska-Susitna Borough may, at its option, require a Proposal Team to furnish additional information or clarification. SOFTWARE AND COMPUTING ENVIRONMENT (SECTION 4.0)

Provide a narrative response that highlights the proposed system architecture and application software. Aspects of the proposed architecture that provide for the mission-critical nature of 9-1-1 communications should be identified.

Drawings or exhibits that support the narrative discussion are appreciated.

• Vendors are to note the current minimum information technology standards in use by the Matanuska-Susitna Borough:

HARDWARE SOFTWARE

Pentium 4 processor at a minimum of 2 GHz, 256 MB RAM; 60 GB hard drive

Windows XP and MS Office 2003, Crystal Reports (various versions)

Core network w/100MB to the desktop; minimum WAN connectivity to remote client locations is 512kb.

GIS Applications: ESRI ArcView, ArcInfo, ArcIMS

21

Page 22: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

INTEGRATION/INTERFACES (SECTION 5.0)

Vendors are to provide a Statement of Work that acknowledges the Borough’s overall integration and interface requirements.

Required interfaces, specified further in the Functional Requirements listed as an attachment of this RFP, include:

• ANI/ALI interfaces to InterAct and Tiburon CAD and Mapping systems. • Borough Geographic Information System (GIS) for MSAG updates. • Master Clock System for time synchronization.

Interfaces are to be included in the vendor pricing/cost proposals. Any required interface

development shall be clearly identified. DATA INITIALIZATION (SECTION 6.0)

Vendors should identify any data conversion requirements, or the Borough will presume that initial data will be obtained from source database management systems (i.e., carrier service order systems and geographic information systems) without conversion effort.

THIRD-PARTY PRODUCTS (SECTION 7.0)

To the extent that a third-party product is required to compensate for functionality that is absent in the proposed solution, the vendor should explicitly identify any third-party products. For each third-party product there should be a statement about whether the vendor's contract will encompass the third-party product and/or whether the Borough will have to purchase on its own. In particular, responsibility for the provision and maintenance of anti-virus or other platform protection and administrative applications should be discussed.

If any third-party product represents a substantial component of system functionality, then the

Borough prefers that the primary vendor serve as the administrator for all third-party software contracts. In this case, the vendor should provide proof that they have access to the third-party software source code (i.e., own or in escrow) and that the vendor has the ability to provide long-term support for the third-party software components of their proposed system.

IMPLEMENTATION PLAN (SECTION 8.0)

The vendor must provide a plan for implementing the proposed system. This preliminary information MUST include:

Overview of a Project Management Plan. Summary schedule/time frame for implementation. Project organization chart.

VENDOR CAPABILITIES (SECTION 9.0) In this section, provide responses to the following inquiries:

Describe the overall methodology for maintenance and support of the proposed system. Provide a description of the company’s software maintenance and development environment, as well as any trouble-shooting tools, practices and procedures.

22

Page 23: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Provide a description of your process for resolving Trouble Reports, developing application

‘patches,’ integration testing, and migration to production status.

Provide a profile of your system development staff, including the qualifications of your developers, programmers and technical support staff as well as their tenure with your company. If considered proprietary, the specific names of individuals may be omitted.

Identify the firm's location from which the primary services are to be provided. Describe the

ability to meet in person with Borough personnel when required during the performance of the contract.

TRAINING (SECTION 10.0)

The scope of vendor-provided training includes Borough information technology and database management staff, PSAP call takers and supervisors, and carrier representatives. The vendor must provide a preliminary Training Plan that includes:

Class/Course Descriptions for each group of system users and administrators Required Technical Training, especially for Proprietary Toolsets and applications

MAINTENANCE AND SUPPORT PROGRAM (SECTION 11.0)

Vendors are to specify the nature of any post-implementation and on-going support proposed, including:

• Trouble Reporting and Telephone Support (include toll-free support hotline, hours of

operation, availability of 24 x 7 hotline, etc.). • The parameters of any special support plans defining "levels" of customer assistance (e.g.,

gold, silver, etc.). • Delivery method of future upgrades and product enhancements, including the vendor’s

historical frequency of upgrades. • Other support (e.g., on-site, remote dial-in, Web site access to patches, fixes and

knowledge base). RESPONSES TO SYSTEM REQUIREMENTS (SECTION 12.0)

Responses to the requirements listed as an attachment of this RFP must be provided in this section of the vendor's proposal. Vendors are required to use the electronic document provided and add explanatory details as necessary.

If submitting a response to the Project 1, ALI DBMS Requirements, then Vendors should submit Attachments A.1, B, C and D with replies specific to this scope of work.

If submitting a response to the Project 2, MAT-COM PSAP Equipment Requirements, then

Vendors should submit Attachments A.2, B, C and D with replies specific to this scope of work.

If submitting an Alternate response to Project 2, then Vendors should submit Attachments A.2, B, C and D with replies specific to this scope of work.

23

Page 24: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Each Project Response should have a corresponding Cost Proposal section. CLIENT REFERENCES (SECTION 13.0)

The Matanuska-Susitna Borough considers references for the primary vendor and any entity with which the vendor intends to partner or sub-contract in performance of the contract to be important in its decision to award a contract.

Vendors should provide at least five (3) client references that are similar in size and complexity to this procurement and have utilized the proposed system in a comparable environment within the last 5 years. Submit references for fully completed (live) installations.

Reference information should include a point of contact name, telephone number, and a brief

description of the products and services provided. COST PROPOSAL (SECTION 14.0)

Proposers are to provide a lump sum cost for all services required in each separate Scope of Work proposal (Project 1, Project 2, Alternate Project 2.)

Each Cost Proposal shall also provide a level of detail sufficient to identify the One-Time and Recurring costs as related to each Project in the following categories:

• Computer and Network Hardware and Peripheral Equipment • Application Software and Product Licensing • Professional Services, Project Management and Implementation Services • Out-of-Pocket Implementation Expenses • Network Configuration & Circuit Provisioning • Services Provided on any Hourly, ‘Per Unit’ or Volume Basis • Warranty Coverage • Annual Application Maintenance and Support • Optional or Alternate Proposed Products or Services • Optional Enhancements for Hardware Warranty, Maintenance and/or Support

Where cost elements are beyond the control of the vendor (e.g., E2 links to wireless carriers),

these should be specifically identified as Exceptions to the Cost Proposal.

For both Project 2 and Alternate Project 2 cost proposals,:

o Vendors are to clearly indicate the incremental cost to add single fully-configured PSAP call taker positions in addition to the position requirements identified in Attachment A.2.

o These positions would be deployed at any of the following locations: MAT-COM, Palmer Dispatch, Station 65, or the Command Van. If the additional positions require additional infrastructure or have any other contingent requirements, these shall be clearly identified in the vendor response.

o Purchase and implementation of these additional positions is at the Borough’s discretion within twenty four (24) months of the initial purchase agreement. Therefore, the cost proposals for these additional positions shall be valid for the same duration.

The Borough reserves the right to contact vendors on cost and scope clarification at any time

throughout the selection process and negotiation process. Failure to fully provide cost and work effort estimates is likely to lead to elimination of the proposal.

24

Page 25: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Vendors are to provide an additional schedule of annual recurring costs for the base

configuration as proposed, including second (2nd) through fifth (5th) year maintenance and support, presuming a commitment by the Borough on an annual basis. If a discount is offered for pre-payment of these recurring costs, clearly indicate the discount percentage and amount separately.

All components of cost proposals need to be valid for a minimum of six (6) months.

EXCEPTIONS TO THE RFP (SECTION 15.0)

All requested information in this RFP must be responded to, but vendors may take exception to certain requirements. All exceptions shall be clearly identified in this section, and a written explanation shall include the scope of the exceptions, the ramifications of the exceptions for the Borough, and the description of the advantages or disadvantages to the Borough as a result of exceptions.

SAMPLE DOCUMENTS (SECTION 16.0)

Vendors must include copies of the following documents (these may be from previously completed projects):

Application Software Licensing Agreements Terms and Conditions of Warranty, Maintenance and Support Agreements Sample MIS Reports Sample Project Management Plan

25

Page 26: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

SECTION III

Evaluation Criteria and Process

26

Page 27: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

PAGE INTENTIONALLY LEFT BLANK

27

Page 28: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

MATANUSKA-SUSITNA BOROUGH REQUEST FOR PROPOSALS 08-075

E9-1-1 SYSTEM UPGRADE

EVALUATION CRITERIA AND PROCESS

The Matanuska-Susitna Borough shall make an award on the basis of Best Value. Best Value is defined as a combination of quality, price, risk, and the elements of required services that in total are judged to best meet the Matanuska-Susitna Borough's needs. The borough reserves the right to award one single contract for both projects or up to two awards resulting from this solicitation, one for each of the two envisioned projects. Therefore, interested parties, if submitting on both projects, must submit individual proposals addressing each project separately. Responses for each project will be evaluated separately. The Borough will use a five step selection method leading up to contract negotiations that promotes competition throughout the decision-making process. These steps will consist of:

1. Proposal Requirements Assessment

2. Detailed Proposal Assessment

3. Demonstrations and Interviews

4. Discovery Session (if required by Borough)

5. Final Contract Negotiations For each major step in the selection process, the general factors listed below will be examined by the Borough's Evaluation Team to determine which vendors will advance to the next step and will be the basis for the final contract award:

• Experience of provider, as illustrated by sites where the proposed system is currently in use.

• Ability to meet the Borough's contractual criteria as stated in this RFP.

• Responses to detailed functional, interface, technical, performance and vendor service requirements (as listed in as an attachment to this RFP).

• Completeness and appropriateness of the implementation strategy, project staffing plan, system

integration, and training for the Borough.

• Five year total cost of ownership (to include software license, implementation and training services, and vendor maintenance).

Step 1 Procurement Requirements Assessment

Goal: Elevate vendors that have met the minimum RFP requirements. Result: Vendors that meet the minimum RFP requirements advance to Step 2 (Detailed Proposal Assessment).

28

Page 29: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Process: All proposals received will be inspected for compliance with the general RFP requirements. The Borough may contact individual vendors for minor clarifications. The proposer must furnish any requested information to Matanuska-Susitna Borough within five (5) business days or the proposal will be evaluated as originally received. Major errors or omissions will result in a determination that the proposal is non-responsive and subsequent rejection of the proposal.

Step 2 Detailed Proposal Assessment

Goal: Conduct a detailed assessment of the submitted proposals. Result: No more than two will advance to Step 3 (on-site software demonstrations and interviews). Decision Factors: This elevation will be based on a thorough assessment of all proposals elevated from Level 1. Evaluation Team members will assess the following:

Project Understanding, Experience, Company Stability, Project Methodology & Approach

20%

Quality of Services, Implementation Plan, Maintenance and Support (completeness of implementation plan/rollout/staffing/customer support infrastructure); Vendor Capabilities

20%

Technical Quality, including Hardware, Software, and System Functionality (ability of the software to meet functional requirements); responses to Requirements

30%

Price/Cost Proposal (five year Total Cost of Ownership) 30%

Step 3 On-Site Demonstrations and Implementation Firm Interviews

Goal: Conduct on-site software demonstrations and implementation firm interviews. In addition, the results of reference checks and (optional) site visits will be used in identifying vendors for Step 4. Result: Proposals receiving the highest rankings, based upon the criteria presented below, will advanced to Step 4 (Discovery Session) Decision Factors: This elevation will be based on a the results of software demonstrations, software and implementation references, site visits (if conducted), implementation plan and staffing rollout, completeness of the cost proposal, and the value of the overall solution. Process: Select software and services firms will be required to attend on-site demonstrations at Borough facilities in Palmer, Alaska. Implementation methodology, staffing, rollout and costs will be examined during the on-site meetings. Reference checks will also occur at this step.

Step 4 Discovery Session (Optional to Borough)

Goal: The aim of "Discovery", if required by the Borough, is to allow Borough staff a second opportunity to review system functions and features. Proposal teams may be asked to attend Discovery Sessions on-site in Palmer, Alaska. During the Discovery Session proposal teams will also have the opportunity to respond to issues raised by the Borough. Proposal teams involved in Step 4 will be asked to respond in writing to issues and questions raised by Matanuska-Susitna Borough. In addition, the Borough may ask a proposal team to update pricing based on discussions at demonstrations or comments to the proposals.

29

Page 30: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Result: Based on the Discovery Sessions (if any) and information that the proposer subsequently provides, a single proposal team will be identified as the finalist for contract negotiations. If a contract cannot be reached after a period of time deemed reasonable by the Borough, it reserves the right to contact any of the other proposers that have submitted bids and enter into negotiations with them. Decision Factors: This elevation will be based on the value of the overall solution, responsiveness to contractual terms, and implementation plans. Process: Up to two proposal teams may be invited to Borough facilities in Palmer, Alaska for a Discovery session each. The Discovery session consists of a meeting with each proposal team to permit the selection teams to view specific functional areas of the software and to clarify specific areas of the proposed implementation plan. Following the Discovery Sessions, issues specific to each of the remaining proposals are addressed via Request for Clarification (RFC) Memorandums that solicit clarification and commitment from proposal teams to specific issues in writing. The memos are used to negotiate implementation rates, software license costs, project scope, warranty requirements and other items related to meeting the business requirements for the project. Matanuska Susitna Borough will continue to negotiate with both proposal teams until it has sufficient information to select a finalist vendor. Following the Step 4 process, a final proposal team will be selected for Final Contract Negotiations.

Step 5 Final Contract Negotiations

Goal: Conduct negotiations to develop a product and services agreement, Statement of Work (SOW), one-time and recurring costs. Result: A final purchase agreement, Statement of Work and price quotation. Process: The finalist vendor will work with the Borough to develop a final purchase agreement. At the same time, the vendor and Borough will develop a SOW with the implementation firm that outlines the deliverables, milestones, roles and responsibilities, and other key issues that affect the cost and quality of the implementation. The SOW will be attached to the purchase agreement, along with the functional and technical requirements.

30

Page 31: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

PAGE INTENTIONALLY LEFT BLANK

31

Page 32: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

SECTION IV

Submittal Page

32

Page 33: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

PAGE INTENTIONALLY LEFT BLANK

33

Page 34: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Proposal Submittal Page Proposal # 08-075

E9-1-1 System Upgrade

By signing below, the Proposer hereby certifies to the following:

1. The individual signing below, or the firm associated or corporation of which they are a member, has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of a free competitive process in connection with this solicitation.

2. The individual signed below is authorized by the firm association or corporation to bind such association or corporation to a legal contract.

3. The individual signing below, or the firm association or corporation of which they are a member, is not debarred or suspended from doing business with the Matanuska-Susitna Borough.

4. They are acknowledging receipt of the following Addenda Numbers (if no addenda have been issued, write “N/A” or “None”.

_________________________________________________________________ (List Addenda numbers that you are acknowledging receipt of)

________________________________ ______________________________ Company Name Date

________________________________ ______________________________ Mailing Address Signature

________________________________ ______________________________ City, State and Zip Code Printed (or typed) Name

________________________________ ______________________________ Contact Person (printed or typed) Title (printed or typed)

________________________________ ______________________________ Phone Number Email Address (optional)

________________________________ Facsimile Number

It shall be the responsibility of the Proposer to that their proposal is received at or before the date and time fixed for closing.

Proposers should include the following with their proposal.

Signed Submittal Page (acknowledging Addenda if applicable) One (1) Original signed hardcopy; and One (1) CD-ROM of

your complete proposal.

34

Page 35: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

PAGE INTENTIONALLY LEFT BLANK

35

Page 36: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

SECTION V

Sample Agreement

36

Page 37: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

PAGE INTENTIONALLY LEFT BLANK

37

Page 38: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

SERVICES AGREEMENT

FOR

INSERT NAME OF BID HERE

THIS AGREEMENT made and entered into this _______day of _________2008, by and between the MATANUSKA-SUSITNA BOROUGH and INSERT NAME OF CONTRACTOR HERE. Section 01 Definition In this Agreement:

A. The term "Borough" means the Matanuska-Susitna Borough.

B. The term "Contractor" means insert name of Contractor firm here.

C. The term "Manager" means the manager of the Matanuska-Susitna Borough or his authorized representative.

Section 02 Employment of Contractor The Borough hereby agrees to engage the Contractor and the Contractor hereby agrees to perform the services hereafter set forth. Section 03 Scope of Services The Contractor shall perform all the services provided for by this Agreement which are described with particularity in Appendix "A," entitled Scope of Services, attached hereto and incorporated by reference as if fully set forth herein. Section 04 Personnel Personnel shall be limited to employees of insert name of Contractor firm here. Section 05 Time of Performance The services of the Contractor shall commence upon execution of this Agreement by the Manager and shall be completed by __________, 2008. The period of performance may be extended for additional periods only by the mutual written agreement of the parties. Section 06 Compensation

A. Subject to the provisions of this Agreement, the Borough shall pay the Contractor a total sum for all services and expenses for the term of this Agreement not exceeding the sum as set forth in Appendix "B," attached hereto and incorporated herein by reference, for services required by this Agreement.

B. Travel or per diem required for the performance of services pursuant to this Agreement shall be subject to Appendix "B."

C. Except as otherwise provided in this Agreement, the Borough shall not provide any additional compensation, payment, use of facilities, service or other thing of value to the Contractor in 38

Page 39: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

connection with performance of Agreement duties. The parties understand and agree that, except as otherwise provided in this section, administrative overhead and other indirect or direct costs the Contractor may incur in the performance of its obligations under this Agreement have already been included in computation of the Contractor's fee and may not be charged to the Borough. Section 07 Method and Time of Payment A. The Borough will pay to the Contractor the amount set forth in Appendix "B" which shall constitute the full and complete compensation for the Contractor's professional services. That sum will be paid on receipt of billings submitted pursuant to a schedule set forth in Appendix "B". If not identified within Schedule "B", normal billing cycle is 30 calendar days from receipt of an approved invoice. A billing is a summary of expenditures to date by line item categories (e.g., Personal Services, Travel, Contractual, Commodities and Equipment). Documentation of expenditures need not be submitted with billings but must be retained by the Contractor in the event the Borough requests said documentation. B. No payment will be disbursed until the completed task and associated expenditures have been approved by the Borough. C. All invoices must be submitted in duplicate and addressed as follows:

Matanuska-Susitna Borough Attention: Accounts Payable 350 East Dahlia Avenue Palmer, Alaska 99645

D. It is expressly understood and agreed that in no event shall the total compensation due the Contractor exceed INSERT AMOUNT IN BOLD IN WORDS FOLLOWED BY FIGURES IN BRACKETS. Section 08 Termination of Agreement for Cause If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner the obligations under this Agreement or if the Contractor shall violate any of the covenants, agreements, or stipulations of this Agreement, the Borough shall thereupon have the right to terminate this Agreement by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least five (5) days before the effective date of such termination. All finished or unfinished documents, data, studies, surveys and reports or other material prepared by the Contractor under this Agreement are the property of the Borough and shall be delivered to the Borough by or upon the effective date of termination. The Contractor shall be entitled to receive compensation in accordance with the payment provisions of Appendix "B" of this Agreement only for work completed to the Borough's satisfaction in accordance with Appendix "A" of this Agreement and the other terms of this Agreement. Section 09 Termination for Convenience of Borough The Borough may terminate this contract at any time by giving written notice to the Contractor of such termination and specifying the effective date of such termination. All finished or unfinished documents and other materials as described in Section 8 above are the property of the Borough and shall be delivered to the Borough by or upon the effective date of execution of this section. The Contractor shall be entitled to receive compensation in accordance with the payment provisions of Appendix "B" of this Agreement only for work completed to the Borough's satisfaction in accordance with Appendix "A" of this Agreement and the other terms of this Agreement. If this Agreement is terminated due to the fault of the Contractor, Section 8 of this Agreement shall govern the rights and liabilities of the parties.

39

Page 40: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Section 10 Causes Beyond Control In the event the Contractor is prevented by a cause or causes beyond control of the Contractor from performing any obligation of this Agreement, non-performance resulting from such cause or causes shall not be deemed to be a breach of this Agreement which will render the Contractor liable for damages or give rights to the cancellation of the Agreement for cause. However, if and when such cause or causes cease to prevent performance, the Contractor shall exercise all reasonable diligence to resume and complete performance of the obligation with the least possible delay. The phrase "cause or causes beyond control," as used in this section, means any one or more of the following causes which are not attributable to the fault or negligence of the Contractor and which prevent the performance of the Contractor: fire, explosions, acts of God, war, orders or law of duly constituted public authorities, and other major uncontrollable and unavoidable events, all of the foregoing which must actually prevent the Contractor from performing the terms of the Agreement as set forth herein. Events which are peculiar to the Contractor and would not prevent another Contractor from performing, including, but not limited to financial difficulties, are not causes beyond the control of the Contractor. The Borough will determine whether the event preventing the Contractor from performing is a cause beyond the Contractor's control. Section 11 Modifications A. The parties may mutually agree to modify the terms of the Agreement. Modifications to the Agreement shall be incorporated into the Agreement by written amendments. B. It is expressly understood that the Borough may require changes in the scope of services and an unreasonable refusal by the Contractor to agree to modification in the scope of services will be the basis for termination of the Agreement for cause. It is expressly understood that the total amount of compensation for successful performance of the Agreement will not be modified, under any circumstances, without prior written approval of the Borough. Section 12 Equal Employment Opportunity A. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, physical handicap, age, status as a disabled veteran, or veteran of the Vietnam War era. The Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex, national origin, physical handicap, age, status as a disabled veteran, or veteran of the Vietnam war era. Such actions shall include, but not be limited to the following: employ-ment, upgrading, demotions, or transfers; recruitment or recruitment advertising; layoffs or terminations; rates of pay or other forms of compensation; selection for training, including apprenticeship; and participation in recreational and educational activities. The Contractor agrees to post in conspicuous places available for employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, physical handicap, age, or status as a disabled veteran, or veteran of the Vietnam War era. The Contractor will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this Agreement. B. The Contractor shall keep such records and submit such reports concerning the equal opportunity employment provisions set forth in subsection 12 (A) for applicants for employment and employees as the Borough may require.

40

Page 41: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Section 13 Interest of Members of Borough and Others No officer, member or employee of the Borough and no member of its governing body, and no other public official of the governing body shall participate in any decision relating to this Agreement which affects their personal interest or the interest of any corporation, partnership or association in which they are, directly or indirectly, interested or having any personal or pecuniary interest, direct or indirect, in this Agreement or the proceeds thereof. Section 14 Assignability A. The Contractor shall not assign any interest in this Agreement and shall not transfer any interest in the same (whether by assignment or novation) without the prior written consent of the Borough, thereto; provided, however that claims for money due or to become due to the Contractor from the Borough under this Agreement may be assigned by court order or to a bank, trust company, or other financial institution without such approval. Notice of any such assignment or transfer shall be furnished promptly to the Borough, or the Contractor shall be responsible to the Borough for any moneys due the assignee of this Agreement which are paid directly to the Contractor. B. The Contractor shall not delegate duties or otherwise subcontract work or services under this Agreement without the prior written approval of the Borough. Section 15 Interest of Contractor The Contractor covenants, that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services required to be performed under this Agreement. The Contractor further covenants that in the performance of this Agreement no person having any such interest shall be employed. Section 16 Findings Confidential To the extent permitted or required by law any reports, information, data, etc., given to or prepared or assembled by the Contractor under this Agreement which the Borough requests to be kept confidential shall not be made available to any individual or organization by the Contractor without the prior written approval of the Borough. Section 17 Publication, Reproduction and Use of Materials No material produced, in whole or in part, under this Agreement shall be subject to copyright in the United States or in any other country. The Borough shall have unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any reports, data or other materials prepared under this Agreement. Section 18 Audits and Inspections At any time during normal business hours and as often as the Borough or the Comptroller General of the United States may deem necessary, there shall be made available for examination all of its records with respect to all matters covered by this Agreement and will permit representatives of the Borough or the Comptroller General to audit, examine, and make excerpts or transcripts from such records, and to make audits of all contracts, invoices, materials, payrolls, records of personnel, conditions of employment, and other data relating to all matters covered by this Agreement.

41

Page 42: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Section 19 Jurisdiction; Choice of Law Any civil action arising from this Agreement shall be brought in the superior court for the third judicial district of the state of Alaska at Palmer. The law of the state of Alaska shall govern the rights and obligations of the parties. Section 20 Non-Waiver The failure of the Borough at any time to enforce a provision of this Agreement shall in no way constitute a waiver of the provisions, nor in any way affect the validity of this Agreement or any part thereof, or the right of the Borough thereafter to enforce each and every protection hereof. Section 21 Permits, Laws and Taxes The Contractor shall acquire and maintain in good standing all permits, licenses and other entitlements necessary to the performance under this Agreement. All actions taken by the Contractor under this Agreement shall comply with all applicable statutes, ordinances, rules and regulations. The Contractor shall pay all taxes pertaining to its performance under this Agreement. Section 22 Relationship of the Parties The Contractor shall perform its obligations hereunder as an independent Contractor of the Borough. The Borough may administer this Agreement and monitor the Contractor's compliance with this Agreement but shall not supervise or otherwise direct the Contractor except to provide recommendations and to provide approvals pursuant to this Agreement. Section 23 Agreement Administration A. The Borough Manager, or their designee, will be the representative of the Borough administering this Agreement. B. The services to be furnished by the Contractor shall be administered, supervised, and directed by _____________________. In the event that the individual named above or any of the individuals identified in the proposal to perform work under the Agreement is unable to serve for any reason, the Contractor shall appoint a successor in interest subject to a written approval of the Matanuska-Susitna Borough. Section 24 Integration This instrument and all appendices and amendments hereto embody the entire agreement of the parties. There are no promises, terms, conditions or obligations other than those contained herein; and this Agreement shall supersede all previous communications, representations or agreements, either oral or written, between the parties. To the extent they are not inconsistent with the terms of this Agreement, the following documents are incorporated by reference into this Agreement as if fully set forth herein:

ADJUST FOR EACH CONTRACT Submittal Page Matanuska-Susitna Borough Business License Appendix ‘A’ Scope of Services State of Alaska Business License Appendix ‘B’ Payment Schedule Certificate of Insurance

42

Page 43: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Section 25 Defense and Indemnification A. The consultant shall indemnify, defend, and hold and save the borough its elected and appointed officers, agents, and employees harmless from any and all claims, demands, suits, or liability of any nature, kind, or character, including costs, expenses, and attorney’s fees. The consultant shall be responsible under this clause for any and all legal actions or claims of any character resulting from injuries, death economic loss, damages, violation of statutes, ordinances, constitutions, or other laws, rules, or regulations, contractual claims, or any other kind of loss, tangible or intangible, sustained by any person, or property arising from consultant’s or consultant’s officers, agents, employees, partners, attorneys, suppliers, and subcontractors’ performance or failure to perform this agreement in any way whatsoever. This defense and indemnification responsibility includes claims alleging acts or omission by the borough or its agents which are said to have contributed to the losses, failure, violations, or damage. However, the consultant shall not be responsible for any damages or claim arising from the sole negligence or willful misconduct of the borough, its agents, or employees. B. If any portion of this clause is voided by law or court of competent jurisdiction, the remainder of the clause shall enforceable. Section 26 Interpretation and Enforcement This Agreement is being executed by the parties following negotiations between them. It shall be construed according to the fair intent of the language as a whole, not for or against any party. The titles of sections in this Agreement are not to be construed as limitations or definitions but are for identification purposes only. Section 27. Contractor Insurance. It is specifically agreed between the parties executing this Agreement that it is not intended by any of the provisions of the Agreement to create in the public or any member thereof a third party benefit hereunder, or to authorize anyone not a party to this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement. It is highly recommended that the Contractor confer with their respective insurance companies or brokers to determine if their insurance program complies with the Borough's Insurance requirements. The Contractor shall procure and maintain the following insurances:

A. Minimum Scope of Insurance

Coverage shall be at least as broad as:

1. Insurance Services office form number CG 0001 (Edition 10/01) covering Commercial General Liability. 2. Insurance Services office form number CA 0001 (Edition 10/99) covering Automobile Liability, symbol 1 "any auto". 3. Worker's Compensation insurance as required by the State of Alaska and Employers Liability Insurance.

B. Minimum Limits of Insurance

Contractor shall maintain limits no less than:

43

Page 44: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

1. General Liability:

$300,000 combined single limit per occurrence for bodily injury, property damage, personal injury and advertising injury. The general aggregate limit shall be $300,000. The general aggregate limits shall apply separately to each project. If the general liability insurance is written on a claims made form, the Contractor shall provide insurance for a period of two years after final payment of this Agreement. The policy(s) shall evidence a retroactive date, no later than the beginning of this Agreement.

2. Auto Liability:

$100,000 combined single limit per accident for bodily injury and property damage.

3. Worker's Compensation and Employers Liability:

Worker's Compensation shall be statutory as required by the State of Alaska. Employers liability shall be endorsed to the following minimum limits: Bodily injury by Accident - $100,000 each accident Bodily injury by Disease - $100,000 each employee Bodily injury by Disease - $500,000 policy limit

4. Excess Liability:

In order to meet the required minimum limits of insurance it is permissible for the Contractor to combine an excess liability or umbrella policy with the general liability, auto liability or employers liability. In the instance where the Contractor purchases an excess liability or umbrella policy the occurrence limit and the aggregate limit may be of the same amount.

C. Deductibles and Self-Insured Retention

Prior to work commencing any deductible or self-insured retention must be declared and approved by the Borough. The Contractor may be requested to demonstrate how the deductible or self-insured retention will be funded in the event of a claim. At the option of the Borough, the Contractor shall reduce or eliminate such deductibles or self-insured retention as respects the Borough, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses.

D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions:

1. General Liability, Automobile Liability

a. The Borough, its Administrator, officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the

44

Page 45: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Contractor premises owned, occupied or used by the Contractor or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitation on the scope of protection afforded to the Borough, its Administrator, officers, officials, employees and volunteers.

b. The Contractor's insurance coverage shall be primary insurance as respects the Borough, its Administrator, officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the Borough, its Administrator, officers, officials, employees and volunteers shall be excess of the Contractor insurance and shall not contribute to it. c. The Contractor insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability.

2. Worker's Compensation and Employer's Liability The insurer shall agree to waive all rights of subrogation against the Borough, its Administrator, officers, officials, employees and volunteers for losses arising from work performed by the Contractor or any subcontractor for the Borough. 3. All Insurance Each insurance policy required by this Agreement shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after 30 days prior written notice for nonpayment of premium or fraud on the part of the Contractor or 60 days prior written notice for any other reason by certified mail, return receipt requested, has been given to the Borough. Such notice shall be mailed by the Contractor to the attention of the Borough's Purchasing Officer.

E. Acceptability of Insurers Insurance is to be placed with insurers with a Best's rating of no less than A-: VII. F. Verification of Coverage Contractor shall furnish the Borough with certificates of insurance and with certified copies of all endorsements effecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates are to be on forms acceptable to the Borough. All certificates are to be received and approved by the Borough before work commences. The Borough reserves the right to require complete, certified copies of all required insurance policies, at any time. G. Subcontractors Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all requirements stated herein. H. Lapse in Insurance Coverage A lapse in insurance coverage is a material breach of this Agreement which shall result in immediate termination of the Agreement, pursuant to Section 8.

45

Page 46: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Section 28 Severability If any section or clause of this Agreement is held invalid by a court of competent jurisdiction, or is otherwise invalid under the law, the remainder of this Agreement shall remain in full force and effect. Section 29 Understanding The Contractor acknowledges that the Contractor has read and understands the terms of this Agreement, has had the opportunity to review the same with counsel of their choice, and is executing this Agreement of their own free will. Section 30 Notices Any notice required pertaining to the subject matter of the Agreement shall be personally delivered or mailed by prepaid first-class, registered or certified mail to the following address:

Borough: 350 East Dahlia Avenue, Palmer, Alaska 99645

Contractor: Insert vendor’s address here Section 31 Contractors' Violations of Tax Obligations A. Any Contractor in arrears on a Borough obligation, including, but not limited to tax, assessment, lease, sale, or rental payments, whether as an individual, or as a representative of a business, organization, firm, corporation, or partnership, shall not be awarded the Agreement if the delinquency is not cured within ten calendar days of receipt of written notice sent by the Borough of the delinquency. B. This Agreement can be terminated for cause, pursuant to Section 8, if it is determined that a Contractor whether the amounts owed are in the name of the Contractor as an individual or as a representative of a firm, business, corporation, or partnership, is in arrears of any taxation, lease or rental agreement that is due to the Borough that is not remedied within 10 calendar days of notification by regular mail. C. The Borough reserves any right it may have to offset amounts owed by an individual, firm, corporation or business for delinquent Borough taxes, moneys owed on sales, assessments, leases and rental agreements, against any amount owing to the same under a Agreement between the Borough and the same. Section 32 Fund Verification Fund source and verification of funds for this project: Funding Source: _________________________________________________ _______________________________ _________________ Verified by Date

46

Page 47: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Section 33 Flow Down Provisions This Contract is issued in connection with another government agency and includes flow down or contract provisions required by that agency. In the event of a conflict between the terms and conditions of the general agreement and the Flow Down terms and conditions, the Flow Down terms and conditions shall govern. The Buyer reserves the right to include, and Seller agrees to comply with any flow down or other agency provisions. In the event that flow down or contract provisions required by other agencies or by Law are inadvertently omitted from this Contract, both parties agree to negotiate in good faith for that provisions inclusion into the Contract.

47

Page 48: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

MATANUSKA-SUSITNA BOROUGH INSERT CONTRACTOR’S NAME HERE IN BOLD ___________________________________ ___________________________________ JOHN DUFFY, Borough Manager Title: ______________________________ STATE OF _________ _____ Judicial District On ___________________, 2008, ____________________________________ personally appeared before me,

1. [ ] who is personally known to me

2. [ ] whose identity I proved on the basis of ________________________

3. [ ] whose identity I proved on the oath/affirmation of ____________________, a credible witness

to be the signer of the Agreement for 08-075, ENHANCED 9-1-1 SYSTEM UPGRADE and he/she acknowledged that he/she signed it.

____________________________________ Notary Public My Commission expires: _______________

STATE OF ALASKA Third Judicial District On ____________________, 2008, JOHN DUFFY, Borough Manager, personally appeared before me, who is personally known to me, to be the signer of the above document, and he acknowledged that he signed it on behalf of the Matanuska-Susitna Borough.

____________________________________ Notary Public My Commission expires: _______________

48

Page 49: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

PAGE INTENTIONALLY LEFT BLANK

49

Page 50: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

ATTACHMENT A

SYSTEM REQUIREMENTS

This section presents the required functional, technical and operational characteristics of the Borough’s desired E9-1-1 system upgrades. The requirements are presented in tabular format and this section is formatted for use as a “turn-around” document where the Proposer directly enters the responses to each requirement.

Each of the following (enumerated) requirements requires an affirmative narrative response from proposing vendors.

All requirements require a response, even those marked “Optional.” Vendors are encouraged to provide separate pricing or cost proposals for “optional” services, products, functions or features in their responses. Any clarification or exceptions to requirements must be clearly stated in the narrative response. Note that changes or edits to the Borough’s requirements do not supersede or replace the original text. Some requirements require a vendor-provided code that identifies how a requirement is fulfilled in the proposed software or configuration. Vendors are to utilize the following Response Codes to describe proposed system capabilities: Response Code Interpretation of Response

F Fully meets requirement; provided "Out-of-the-Box"; no exceptions CU Customization required; change to source code necessary CO Configuration required; vendor setup with built-in tools and procedures, but no

change in source code required NV Available in the very next version of the software R Provided with an included Reporting Tool NA Not Available TP Third Party software required to fully meet Requirement

Note: Vendors must use one code only per requirement. Any requirement that is answered in any other way may be treated as a negative/non-response. The selected vendor must warrant that the content of its proposal accurately reflects the software's capability to satisfy the functional requirements as included in this RFP. The detailed requirements in this RFP will become part of the selected software vendor's license/contract and will be warranted as such.

Space is also provided for discussion of details of the Proposer’s response to the requirement. Additional ‘uncoded’ inquiries request specific responses regarding system architecture, functionality or the provision of vendor services.

50

Page 51: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

This Attachment is divided into five sections:

A. Functional Requirements B. Technical Requirements C. Vendor Maintenance and Support Requirements D. Required Implementation Services E. Optional: System Administration

Functional Requirements are further subdivided into two categories, reflecting the ALI DBMS and PSAP Equipment projects. Vendors should submit completed Sections A, B, C and D for each component project. Narrative responses may be duplicated, but each component project should be complete and ‘stand alone’ with respect to vendor assertions about each category’s requirements. Section A, Functional Requirements, provides the functional scope for the two projects envisioned by this procurement. They include: A.1 Automatic Location Information Database Management System A.2 PSAP Equipment The Functional Requirements (i.e., Section A.2) for MAT-COM and Palmer Dispatch PSAP Equipment are essentially the same. Section E, Optional System Administration, provides a set of requirements for vendors to propose third-party administration of the Borough’s installed E9-1-1 System. These requirements are solicited to identify alternatives for the Borough to consider in providing adequate technical support for the future E9-1-1 System configuration

A.1 Automatic Location Information Database Management System Applicable Standards The system shall comply with the most recent and current editions of the following NENA standards and recommendations for database management.

Requirement Code Discussion 1. NENA 02-010, Recommended Formats & Protocols For ALI

Data Exchange, ALI Response & GIS Mapping.

2. NENA 02-011, Recommended Data Standards for Local Exchange Carriers, ALI Service Providers & 9-1-1 Jurisdictions.

3. NENA 06-001, Recommended Standards for Local Service Provider Interconnection Information Sharing.

51

Page 52: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

ALI Database Management

Requirement Code Discussion 1. Vendor to provide and install a second geographically

separate ALI host/server computer that operates as a ‘hot standby’ database server.

2. Need to provide systems and procedures for promptly updating subscriber information in ALI databases; Borough goal is one business day turn-around between entities (e.g., from carrier to aggregator).

3. Need to update ALI databases with carrier service order completion records within one business day; Borough goal is overnight processing of error-free records.

4. Need to provide database record integrity with multiple sources of information and multiple carriers when using Local Number Portability (LNP).

5. Need to support comprehensive carrier ALI record transaction sets (e.g., record migrate, lock/unlock, etc.)

6. Need prompt system responses to ALI data inquiries (i.e., from initial ringing, call answer or re-poll).

7. Need to support electronic submission of database error reports to carriers from dispatch centers (e.g., web-enabled form, electronic mail or alternate).

8. Ability to provide each carrier with independent/partitioned access to their ‘owned’ subscriber ALI records.

9. Need to provide Master Street Address Guide (MSAG) for carriers to validate Service Order addresses and installation locations.

10. Need for Master Street Address Guide to capture and maintain Emergency Service Numbers (ESN) for address ranges.

11. Ability to receive and integrate Private Switch ALI (PS-ALI) information from carriers or third parties such as PBX owners.

Business Process

Requirement/Inquiry Discussion 1. What business practices are built into

the proposed software? What functionality beyond the current NENA standards is provided in the proposed application software?

2. Describe the implicit or explicit workflows embedded in your applications.

Geographic Information System Data Management

Requirement Code Discussion 1. Ability to electronically utilize Borough GIS data for record

validation (i.e., use GIS data as master source).

2. Need to provide for electronic export of ALI and MSAG 52

Page 53: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

information in format compatible for cross-validation with GIS information.

3. Ability to import GIS data as source for MSAG on a routine (minimum: business day) basis.

Wireless 9-1-1 Phase I and Phase II

Requirement Code Discussion 1. The proposed system shall capture and display the full Call

Back Number (CBN) of domestic calling parties.

2. The proposed system shall display the Emergency Services Routing Key (ESRK) of the incoming call.

3. The proposed system shall display Wireless Carrier Name identification.

4. ALI display shall provide wireless carrier Class of Service codes (i.e., wireless phase designation).

5. The proposed system shall capture and display tower identifier and antenna sector identification on ALI displays and through CAD interface data streams.

6. The proposed system shall provide the street address and related information (latitude/longitude) of tower and sector.

7. The Borough will designate an Emergency Service Number (ESN) MSAG element to be associated with wireless 9-1-1 calls.

8. The proposed system shall capture and display the Mobile ID Number (MIN) of un-initialized telephones for subscriber trace.

9. The proposed system shall conform to Wireless Phase II signaling according to the current edition of TIA/EIA Standard IS-J-STD-036.

10. The wireless 9-1-1 ALI database shall accept dynamic updates from a wireless Mobile Position Center (MPC). The Contractor shall refer to J-STD-036 and NENA recommendations for the Implementation of the Wireless Emergency Service Protocol E2 Interface via TCP/IP.

11. ALI display information shall include Confidence and Uncertainty factors if provided by the wireless carrier.

12. ALI architecture to support multiple re-bids from dispatch centers; provide dynamic Phase II location updates if supported by carrier.

13. Vendor to provision the E9-1-1 ALI database to support locally initiated wireless ESRK and dynamic ALI queries for calls transferred from adjacent jurisdictions. (ALI Steering)

14. If solution provided is ‘stand alone,’ the ability to receive wireless ESRK inquiries from adjacent jurisdictions. (ALI Steering)

15. Vendor to describe data export process and additional cost (if any) to export ALI database records for utilization in an out-bound dialing, emergency alerting system.

53

Page 54: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Administrative Requirements

Requirement Code Discussion 1. Need for periodic Management Information System (MIS)

reporting of transaction volumes and system performance. a. Detail of MIS reporting to provide for individual PSAP

and/or Borough-wide volumes and performance. b. MIS reporting to provide for time of day and day of week

summary reporting in tabular and graphical formats. c. Reporting application to provide for selection of sorting or

indexing keys by any formatted field. d. MIS to capture response time to PSAP ALI database

inquiries and re-bids. e. MIS to capture and report System Availability, including

alarms, error reports, and platform status. f. MIS and reporting application to allow access all captured

data elements.

2. MIS reporting to be fully initialized prior to operational use of system by Borough; includes procedures, routines and scripts for daily and periodic reporting.

3. Ability for the Borough to administer the appropriate system features and configuration without voiding warranty or support agreements.

4. Ability to reside on a partitioned/firewalled Borough-administered network.

5. Ability to support centralized, Borough-administered backup and recovery policies.

6. Ability to support online centralized backup storage (storage to be provided by Borough).

Future Path Plans

Requirement/Inquiry Discussion 1. Vendor to describe the migration path to NENA Version 4,

XML architecture. (NENA 02-010)

2. Vendor to describe the migration path to NENA Next Generation i2, Validation Database (VDB) and Emergency Services Routing Data Base (ERDB) architectures. (NENA 08-001, 02-013)

3. Vendor to describe plans for migration to NENA Next Generation i3 VoIP and telematics ALI architecture and the use of an Emergency Services Query Key (ESQK).

54

Page 55: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

A.2 PSAP Equipment

The table below summarizes the 9-1-1 call taker workstation/telephone position count:

PSAP/Location Status Positions Palmer Police Dispatch, 423 South Valley Way, Palmer Primary PSAP 5 MAT-COM Dispatch Center, 1800 East Parks Highway, Wasilla

Secondary PSAP 7

Spare (location To Be Determined) PSAP/Call Taker 2 Total: 14

Additional administrative or monitoring positions may be established at each PSAP, the Borough’s Emergency Operations Center, Office of Emergency Services, and/or Information Technology Services locations. Carrier and Network Configuration

Requirement Code Discussion 1. Ability to support multiple types of inbound and

outbound analog or digital Central Office or End Office provisioning, such as SS7, PRI/ISDN, CAMA, Feature Group C, Feature Group D, etc.

2. Ability to provide a local termination/demarcation points for carriers at PSAPs while maintaining overall call routing configuration.

3. In the event that a primary PSAP is out of service, or that all E9-1-1 trunks to that PSAP are out of service, 9-1-1 calls shall be routed to an alternate PSAP.

4. The system shall provide the ability to test inbound call routing of all carriers on an on-going basis after implementation.

5. The system shall support additional one-button transfers to other entities, via dedicated circuits or pre-programmed dialed digits.

6. Transferred calls shall provide original caller’s ANI/ESRK rather than the PSAP’s ANI.

7. Emergency callers to receive automated announcement or other indication of call status if their call is not immediately answered and/or queued.

8. Installed E9-1-1 system to provide the capability for real-time measurement of Quality of Service for network infrastructure.

9. Vendor to identify the specific internetworking standards and protocols to be deployed.

10. Vendor to identify bandwidth requirements between PSAPs and support facilities (i.e., vendor, Borough IT).

11. Vendor to describe the configuration and protocol features that provide for reliable call handling in case of hardware or application problems, including a call in progress scenario.

12. Vendor to describe their integration options with 55

Page 56: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Requirement Code Discussion administrative telephone systems for consolidation of call taking platforms.

Optional Requirement

1. System shall provide a native IP environment for the receipt of Voice over Internet Protocol (VoIP) 9-1-1 calls with associated ALI information.

Network Availability

Requirement/Inquiry Discussion 1. Vendor to describe their system architecture as it

relates to failover and fault tolerance. The scope of this discussion should include the PSTN entry, the gateway into the 9-1-1 IP network, traffic paths to the network endpoints, and any crucial devices within the scope of the relevant network fabric.

2. Vendor to describe their recommended approach to node and link redundancy to meet Availability Performance Requirements.

Applicable Standards Project 2: MAT-COM PSAP Equipment

Requirement Code Discussion 1. System shall conform in all material respects to current

NENA recommendations for PSAP equipment, including: a. NENA 04-001, Standards for E9-1-1 PSAP

Equipment b. NENA 04-004, Standards for E9-1-1 PSAP

Intelligent Workstations

Alternate to Project 2: MAT-COM and Palmer Dispatch PSAP Equipment

Requirement Code Discussion 1. System shall conform in all material respects to current

NENA recommendations for PSAP equipment, including: a. NENA 08-501, Interim VoIP Architecture for

Enhanced 9-1-1 Services (i2) b. NENA 08-501, Interface between the E9-1-1

Service Provider Network and the Internet Protocol (IP) PSAP

56

Page 57: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Telephony

Requirement Code Discussion 1. Vendor to provide redundant telephone instruments at

each PSAP position. Vendor to describe any text or graphical display (e.g., ALI) capabilities of the proposed telephone instruments.

2. Backup telephone instruments shall be provided with handsets and function independently or in parallel with the Intelligent Work Station at each position.

3. Ability to place calls on hold for retrieval by any call taker (Call Park).

4. System shall provide Automatic Number Identification (ANI) and Automatic Location Identification (ALI) data display in a consistent format regardless of the originating carrier or routing of the call.

5. PSAP equipment shall provide for ALI retrieval from Caller ID (Business Lines) or manually entered telephone number.

6. System shall accommodate the handling and display of Wireless 9-1-1 Phase I and Phase II information, including Confidence and Uncertainty.

7. Ability to support access to multiple ALI databases (e.g., to query ALI of transferred wireless 9-1-1 calls from other jurisdictions).

8. Intelligent Workstation to provide history of prior calls at time of call presentation to call taker.

9. Vendor to provide a minimum 19” touch-screen LCD monitor for each workstation position. If a second screen or larger screen format is suggested, vendor to describe application requirements.

10. Intelligent Workstation platform to support the installation of third-party applications, such as ALI or map error reporting modules.

11. To the extent that peripheral network components (such as telephone instruments) outside of centralized equipment rooms require supplemental electrical power, this shall be provided via Power Over Ethernet (POE) provisioning.

12. Ability to monitor the audio of call taking at another position, with or without muting.

13. Ability to ‘barge-in’ to a call in progress by supervisory personnel.

14. Ability to conference calls with outside parties (i.e., dialed number); vendor to describe any limitations.

15. Ability to support separate inbound call queues if emergency and non-emergency circuit provisioning is deployed.

16. Ability to support one-button re-dialing of recent calls, including abandoned calls.

17. Vendor to describe approach to capturing abandoned 57

Page 58: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Requirement Code Discussion call information for call taker use.

18. Ability to display location information at each call taker position for calls pending.

19. Ability to provided system-wide status at each PSAP, reflecting system availability, calls in progress, call taker availability, and calls in queue.

TDD/TTY

Requirement Code Discussion 1. Ability to support Baudot–format TDD/TTY dialogue

from callers at every position.

2. Ability to provide TDD/TTY detection and alerting at each call taker position.

3. Ability to capture and provide permanent record of TDD/TTY dialogue; vendor to describe approach to TDD/TTY call logging.

Optional Requirement 1. Ability to support Instant Messaging (IM) and Short

Messaging Service (SMS) dialogue from public ‘callers.’

Computer Aided Dispatch and Mapping Integration

Requirement Code Discussion 1. System shall transfer all of the available ANI/ALI data

into a CAD incident entry application, including location/latitude-longitude data.

2. System shall provide interface to third-party mapping application for real-time display of inbound call information.

3. Ability to support mapping application co-resident on E9-1-1 Intelligent Workstation.

Master Clock Subsystem

Requirement Code Discussion 1. Proposed configuration/architecture to utilize NTP

(Network Time Protocol) and SNTP (Simple Network Time Protocol) for time synchronization of proposed servers and workstations.

58

Page 59: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Logging and Instant Recall Recorders

Requirement Code Discussion 1. Ability to integrate with existing analog voice logging

recorders at each PSAP.

2. Vendor to provide Instant Recall Recording and playback application software at each workstation position.

Radio Telephone Headset Interface

Requirement Code Discussion 1. Ability to integrate two-way audio from telephone calls

and radio traffic into one headset.

2. Each position is provided with four (4) headset jacks to support two individuals, either or both choosing to utilize a headset jack on the left or right side of the furniture.

3. Vendor to describe the proposed interface (physical and logical) and the ability to utilize existing headsets and jacks.

Testing/Training Environment

Requirement Code Discussion 1. Ability to provide an independent test bed to

demonstrate application and system features prior to migration into live ‘production’ environment.

2. Ability to provide independent training environment to simulate inbound calls and call answering functions and features.

Future Path Plans

Requirement/Inquiry Discussion 1. Vendor to describe their intended migration path to

Next Generation NENA i2 and i3 architectures.

2. Vendor to describe their migration path to receive Automatic Crash Notification (ACN) and Telematics information associated with 9-1-1 calls.

59

Page 60: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Management Information System

Requirement Code Discussion 1. System to provide for a Management Information

System (MIS) reporting of transaction volumes and system performance for each individual PSAP as well as the combined PSAPs.

a. MIS and reporting application to allow access all captured database elements.

b. MIS shall be capable of capturing data from all lines within the system, including inbound 9-1-1 trunks, seven-digit business and administrative lines and dedicated ring down circuits, as well as outbound calling.

2. 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 9-1-1 call: a. Date received b. Trunk seize/call appearance time c. Caller’s telephone number (call back number) d. ANI, ESRK or other routing identification e. Answer time f. Answering position identification g. Trunk/circuit identification h. Time call was released i. Time call was transferred j. Transfer destination k. Abandoned call indicator l. Ringing start time m. Time call was placed on hold n. Time call was taken off hold, and by what

position o. All ALI data, including name, address,

community, ESN, Class of Service, etc.

3. Ability to direct MIS reports or Workstation printouts to any Local Area Network-attached printer.

4. Ability to export formatted detailed records or summary report tables for analysis with third-party applications (e.g., Microsoft Office).

5. MIS reporting to be fully initialized prior to operational use of system by Borough; this includes any necessary procedures, routines and scripts for daily, monthly and annual periodic reporting.

60

Page 61: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

System Monitoring

Requirement Code Discussion 1. The system shall provide real-time call volume and

call status information at remote locations, including: a. Positions Logged On/Ready/Available b. Positions Busy/Off Hook c. Positions Not Ready/Out of Queue d. Calls in Queue/Calls Pending e. Calls Holding/Calls Parked f. PSAP Status (e.g., system OK, connectivity

good)

2. The system shall provide in each PSAP readily visible and (selectable) audible indicators of emergency and non-emergency calls pending.

3. 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.)

A. TECHNICAL REQUIREMENTS This section specifies additional technical requirements, including connectivity, hardware, database, system performance, capacity, maintenance and security requirements for either ALI Database or PSAP Equipment projects. Proposers are encouraged to refer to NENA and ATIS/ESIF entity models as appropriate. Connectivity and Network

Requirement/Inquiry Discussion 1. What are the proposed network and

connectivity requirements?

2. What are the distributed database connectivity and bandwidth requirements?

61

Page 62: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Hardware and Operating System

Requirement/Inquiry Discussion 1. What are the server hardware and

operating system requirements?

2. Outline your most recommended architecture and platform, including server operating system, database, web browser and client server environment, client operating system, etc. Explain why you recommend this configuration

Database Management System

Requirement/Inquiry Discussion 1. What SQL language or products are

supported?

2. What other application software compatibility is provided? If other, which other products?

3. Is the database structure single tier or multi tier?

4. Is an application server required? 5. Are other data access programs

required for your implementation, such as Cold Fusion?

6. How is access provided to the end user interface?

System Security

Requirement/Inquiry Discussion 1. Vendor to describe the implementation

of end-to-end security and authentication in the proposed configuration.

2. What security tools are included? 3. Describe restrictions to the following

tasks/data sets: a. administrative tool access b. application access c. menu access d. record access e. field access f. querying/reporting access

4. What is included in the user security profile? How is the security profile defined?

62

Page 63: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Performance Requirements Response time is defined as the period of time elapsed from the time the operator releases data into the system by pressing a function key, pressing the “enter” key, clicking a mouse, etc., until the system has completed its responding display of text and/or graphics. However, the response time does not include time required for data transmission to, processing by, and response from any external systems outside the control of the Contractor.

Requirement Discussion 1. System to provide 99.999% availability, measured on

a 24 hour per day, 7-day per week basis, accumulated over a one-year period. Vendor to clarify compliance and/or describe any exceptions.

2. System to support automated, unassisted restoration from stoppages or outages, including significant network components and application software.

3. System to provide positive/affirmative alert to each call taker position of off-line status, error conditions or conditional events.

4. The system shall support localized supervision and reporting of ANI and ALI failures, network outages, etc.

5. Platform to provide responses to administrative PSAP inquiries within ten seconds.

6. The system shall use appropriate redundancy to ensure that no single component failure will jeopardize any major function or performance capability

Capacity

Requirement Discussion 1. System storage and processing capacity shall be

based on the following indicators of initial required system capacity:

Borough Population (2006 Census est.) 80,480 9-1-1 Calls (Estimate): 30,000 Wire Line 11,000 Wireless 27,000 Parcels 70,000

2. System to provide for a minimum of two (2) years on-line storage of all data, history and logging files.

63

Page 64: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

System Administration

Requirement Discussion 1. Ability for the Borough to administer appropriate

system features and configuration without voiding warranty or support agreements.

2. Ability to support centralized, Borough-administered backup and recovery policies.

3. Ability to support on-line centralized backup storage (e.g., Storage Area Network).

4. System to support use of generally available third-party platform protection products, such as anti-virus, spyware and Trojan protection applications. Vendor to specify responsibility for updates to applications and signature files.

5. Ability to automatically provide outbound pager and email notification to support personnel of system events and alarms.

B. VENDOR MAINTENANCE AND SUPPORT REQUIREMENTS The system will be vital to the safety and security of the residents and visitors to the Matanuska-Susitna Borough. It will be subjected to continuous use, 24 hours per day, every day of the year. It therefore must maintain a very high level of reliability and availability. Terms Defined Updates are defined as any modification to application code or supporting objects, typically associated with a change in the minor version number (version enumeration: “major number [decimal] minor number”). Upgrades are defined as an application with a later major version identifier, having substantially new functions and features, or marketed under a different product name.

Requirement Discussion 1. Vendor to provide a fixed cost for annual

maintenance. Maintenance begins at the end of the Warranty period and is defined as the resolution of application software and configuration issues at no additional cost to the Borough.

2. Vendor to apply all manufacturer recommended updates to application and operating system software during operational life of system. Vendor to identify any contingent requirements (e.g., minimum required hardware, currency of software version, etc.)

3. Maintenance provider needs to respond to reports of Critical problems within one (1) hour of notification. Critical Problems are defined by the Borough’s reporting individual, and pertain to the

64

Page 65: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Requirement Discussion answering and dispatching of emergency calls for service.

4. Maintenance provider needs to ensure that any Critical issue is resolved (i.e., time to restore) does not exceed twenty-four hours from initial notification.

5. Maintenance provider needs to respond to reports of Serious problems within the first business day after notification. A Business Day is defined as Monday through Friday, 8:00 AM to 5:00 PM Alaska Time. Serious problems are defined by the Borough’s reporting individual and generally pertain to administrative features of the system.

6. Maintenance provider needs to ensure that Serious issues are resolved within one Business Day after the first Business Day of notification.

7. Maintenance provider to maintain on-going trouble report tracking system and historical records of trouble reports.

8. Proposed system to provide error logs and diagnostic information sufficient to support vendor troubleshooting. Vendor to provide any additional hardware components or application software required to diagnose reported Critical or Serious issues.

9. Vendor to recommend a complement of essential and recommended spare parts and component assemblies to be locally maintained; on-site secure storage will be made available at each PSAP. In no case shall any component in operational use be moved or utilized as a spare or replacement.

10. Vendor to maintain all image, backup, profile and configuration information sufficient to restore any particular platform provided, including servers, workstations, routers, gateways, etc.

11. Vendor to utilize remote access for system and application diagnostics and maintenance. Vendor to coordinate Virtual Private Network (VPN) or other secure access requirements with the Borough’s Information Technology staff.

12. The Borough intends to allocate minimal technical support staff for this platform. As necessary, the maintenance provider needs to anticipate the need for on-site, factory-trained staff, capable of diagnosing and supporting the installation and support of this platform.

13. Vendor to provide full and complete set of technical and maintenance documentation at each primary installation location.

14. Vendor to coordinate all maintenance activities with each dispatch center. Vendor and PSAP to agree

65

Page 66: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Requirement Discussion on migration checklist and notification schedule for any activities impacting public safety operations.

15. Vendor needs to proactively coordinate and communicate with other service providers and carriers to resolve system installation and operational issues.

16. The system shall incorporate firewall protection to prevent unauthorized access into the system from outside sources, including unauthorized access from Borough and City administrative data communications networks.

Update Process

Requirement/Inquiry Discussion 1. How are application patches deployed?

How are ‘hot fixes’ applied?

2. What is the application update frequency? How are application updates applied?

3. Will remote access by the vendor be required for both updates and technical support? If so, what security provisions are required and/or proposed?

C. REQUIRED IMPLEMENTATION SERVICES This section specifies the services to be provided by the contractor. The contractor shall assume total "turn-key" responsibility for the design, delivery, installation, implementation, functional operation, and performance of the proposed system. Project Deliverables

Requirement/Deliverable Discussion 1. Project Management Plan, provided at the initiation of

the vendor’s work program. Project Management Plan to include identification of named individuals, their roles/responsibilities and contact information. Any required transmittal documents or approvals not identified in the Contract shall be identified and described in the Project Management Plan.

2. Implementation Plan and Project Schedule as initial deliverables. Implementation Plan to include description of Borough, vendor and third party responsibilities, including facility preparation requirements; any required data conversion and system migration plans; and Project Schedule to identify critical path elements and target milestone dates.

3. Detailed System Design for installation, initialization and operation. When accepted by the Borough, this document is also envisioned as a payment milestone.

66

Page 67: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Requirement/Deliverable Discussion Detailed System Design to include information sufficient to support installation tasks as well as diagnostic and maintenance activities, including configuration of network nodes (e.g., switches, routers and gateways) as well as policy-based tables within application software and data dictionaries. System Design may reference manufacturer-provided documentation sufficient to ensure complete and comprehensive description of system capabilities and operation.

4. Acceptance Test Plan and Test Procedures; documentation to be provided in advance of scheduled testing activities with Borough and project participants. Test Plan to describe configuration of testing environment as well as data set to be utilized/initialized for system testing. Successful completion of the Test Plan with no outstanding issues may be considered a target milestone.

5. Training Plan, Syllabus, Training Materials and Training Schedule; documentation to be provided in advance of training sessions. Training Plan to identify any pre-requisites, duration of training sessions and session objectives. Syllabus to provide agenda and topics to be covered during each training session. Training Materials includes any attendee hand-outs, reference sheets, tests, presentations or other instructor-utilized materials. The Training Schedule is the calendar of training sessions, identifying planned dates and times of training sessions to be provided by the Vendor. Additional documentation to be provided by vendor shall also include: a. Sufficient printed copies of End User Instruction

Manuals for all attendees. b. Electronic versions of training session handouts,

presentations and instructional materials.

6. Technical and Reference Manuals as well as final ‘as-built’ installation and configuration information. Documentation to be provided shall include: a. Manufacturer’s Technical Reference Manuals for

each piece of equipment provided (one set for each location).

b. Diagnostic procedures and trouble-shooting checklists, including call-out procedures and contact information (one set for each location).

c. Complete single line drawing reflecting physical connectivity of overall configuration.

d. As-installed wiring and cross-patching single-line diagrams and/or schedules (one set for each location).

e. Inventory, location and serial numbers of all vendor-provided equipment.

f. Configuration instructions, including the provisioning

67

Page 68: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Requirement/Deliverable Discussion of additional call taker positions, such as the Command Van.

7. Periodic Project Status Reports; written reports provided no less than monthly through the duration of installation project, ending with Final Acceptance by the Borough.

Overall System Implementation

Requirement Discussion 1. The contractor shall be generally responsible for

system design, procurement of contractor-supplied hardware, installation of hardware and software, system configuration, and system deployment. The contractor shall accept the responsibility for the performance of all of these tasks either by the contractor's personnel or the personnel of subcontractor(s). For tasks to be performed by an entity other than the contractor or its subcontractors (such as Borough staff), the contractor shall provide the necessary information and guidance in an efficient and timely manner, to ensure the proper performance of these tasks.

2. The contractor shall guarantee that any equipment and hardware specified and delivered shall be the latest models presently in production, incorporating recognized and proven state-of-the-art technology with demonstrated reliability.

3. The contractor shall demonstrate through the successful completion of the preliminary and final acceptance tests that the system will perform as specified in this RFP, the proposal, and all accepted design documents.

Project Planning and Management The contractor shall develop a final work breakdown structure, schedule, and budget; establish and maintain the project tracking system; and manage the ongoing project.

68

Page 69: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Requirement Discussion 1. Develop a final breakdown of the project into phases,

tasks, and subtasks. Prepare a written description of each phase, task, and subtask and identify staff assignments and responsibilities (particularly Borough staff).

2. Finalize the project schedule, identifying the scheduled completion date of each phase and task.

3. Set up and initialize a project status tracking system. The tracking system shall be established and maintained so as to enable the Borough project director and the contractor project manager to readily determine, at any time upon demand, the current level of progress to date on the entire project and any phase, task, or subtask, in terms of schedule days, work hours, and dollars expended versus planned.

4. Closely monitor the status and progress of the project on a continuous basis. Advise the Borough immediately of any problems, changes in plans, or significant opportunities. At the end of each month, submit to the Borough a progress report identifying tasks, completed during the month; the status of ongoing activities; and plans for the next month. The report should also cover any current problems or opportunities.

Detailed Design The contractor shall prepare detailed specifications of the system hardware, application software, interfaces, databases, operating procedures, training program, testing plan, cut-over plan, and documentation.

Requirement Discussion 1. Finalize the hardware configuration. Prepare any

detailed technical specifications needed for ordering equipment. Prepare detailed facility preparation specifications and instructions.

2. Finalize the functional application software specifications.

3. Finalize the interface definitions. Specify the hardware and software requirements of each interface in sufficient detail to enable those responsible for the external system to prepare their system hardware and software for connection with the new system.

4. Finalize the database functional definition. Prepare and submit documentation describing the structure and organization of the databases. Prepare detailed forms and instructions for data collection, data load, conversion, and validation.

69

Page 70: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Procurement and Installation

Requirement Discussion 1. The Contractor will order and procure any equipment

to be provided by the Contractor. Uncrate, assemble, set in place, and interconnect all Contractor-provided equipment. Conduct preliminary testing to verify proper operation of all the hardware.

2. Physical installation work by vendor shall utilize best industry practices and adopted national standards.

3. Vendor to coordinate with other providers, and confirm installation locations and details with Borough prior to beginning work.

4. 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.

5. 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.

6. All interface components (e.g., impedance or protocol matching boxes) shall be labeled and secured.

7. Vendor to schedule and coordinate all installation activities, including network provisioning by Borough, carriers and service providers.

8. Vendor to coordinate all on-site activities to minimize disturbances to dispatch operations at each PSAP. Vendor to provide prompt and timely notice of any potentially public safety service-impacting activity.

9. Install all computer operating systems, database management systems, and other required support software. Verify complete, operable, and updated to the latest releases. Develop, deliver and install the system applications software. Perform preliminary testing and debugging to ensure proper operation of all of the software

10. Interconnect the system to all of the external interfacing systems. Verify the proper operation of all interfaces.

11. Prepare a draft Standard Operating Procedures manual, describing in detail the policies and procedures for use of the system.

12. Jointly with Borough personnel, conduct a thorough review of all installation work. Verify that all required subsystems and equipment have been procured, delivered, and installed. Review test results to verify that the systems are ready for training, acceptance testing, and cut-over. Obtain Borough approval to proceed with training.

13. Project 1: Vendor to coordinate and support the

70

Page 71: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Requirement Discussion initialization of wire line carrier ALI database records. Vendor to coordinate any and all circuit provisioning to ALI database.

14. Project 1: Vendor to coordinate and support the initialization of wireless carrier ALI database records. Vendor to coordinate any and all circuit provisioning to wireless carrier infrastructure.

Acceptance Testing The contractor shall perform final acceptance testing of the entire system, evaluation of the outcome of the tests, and any necessary retests.

Requirement Discussion 1. Finalize the testing program. Submit a detailed outline

of the final acceptance test plan and testing materials.

2. Prepare all test equipment, test scenarios, test data sets, operator instructions, checklists, worksheets, evaluation forms, and other materials necessary to conduct the final acceptance test.

3. In the presence of Borough representatives, conduct a complete and thorough test of the entire system using the previously developed and approved acceptance test plan and test materials. The test shall include operation of all elements of the system under peak workloads. Document test results.

4. Jointly with Borough representatives, evaluate the acceptance test results. Identify any areas where the system fails to meet specifications. Develop plans for corrective action.

5. Implement any necessary changes to correct deficiencies uncovered in the acceptance tests. In the presence of the Borough representatives, conduct retests of the affected portions of the system or, at the option of the Borough, the entire system. Upon successful conclusion of all elements of the test, submit a report to the Borough describing the current status of the system and its readiness for phase over.

71

Page 72: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Training The contractor shall provide all required initial training for all Borough telecommunicators, technical support staff, carrier personnel and other staff affected by the new system. All training shall be conducted as scheduled and mutually agreed upon by the Borough.

Requirement Discussion 1. Vendor will complete functional testing and customer

acceptance of installed system prior to training and beneficial use.

2. Finalize the training program. Prepare and submit a detailed training syllabus and detailed outlines of all training and evaluation materials.

3. Prepare all equipment, training scenarios, data files, manuals, visual aids, handouts, test sheets, and other materials required for the training programs.

4. Conduct classroom and hands-on system support training for Borough and technical staff. Training on hardware shall cover familiarization with the systems, equipment, and documentation and all of the operating procedures including preventive and remedial maintenance procedures which will become local responsibilities. Software support training shall include a thorough walk-through of the software documentation.

5. Vendor shall provide sufficient sets of training aids and materials for the initial training, and shall grant to the Borough the right to duplicate an unlimited number of additional sets, at Borough expense but free of copyright restrictions, for use by Borough and City trainers.

6. Upon request, the Borough will make available a dedicated training room for the duration of initial training.

7. Vendor shall provide training to an initial cadre of system users and administrators. Vendors will anticipate providing some training sessions outside normal ‘business’ hours to accommodate call taker schedules.

8. The following numbers of persons are anticipated to require initial training:

Dispatcher/Call Taker (60) Supervisor/System Administrator (20) Carrier SOI/ALI DBMS (10)

9. Proposed training schedules to be coordinated and mutually agreed to with no less than two weeks notice.

72

Page 73: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

ALI Database Management Training (Project 1)

Requirement Discussion 1. PSAP Operations Training – Routine operation of the

system including computers, peripherals, telecommunicator workstations, communications networks, and user interfaces.

2. Administration & Maintenance Training – Performance of all routine system administration and routine maintenance, including periodic reports, error and alert messages, system logs, etc.

3. MSAG Maintenance Training – Performance of all routine geographic and location information processing by Borough and carrier staff.

4. Carrier Service Order Operations – Performance of all routine daily processing, including Service Order Interface, Error Codes, Interface Formats, etc.

PSAP Equipment Training (Project 2)

Requirement Discussion 1. PSAP Operations Training – Routine operation of the

system including computers, peripherals, telecommunicator workstations, communications networks, and user interfaces.

2. Administration & Maintenance Training – Performance of all routine system administration and routine maintenance, including periodic reports, error and alert messages, system logs, etc.

Operational Cut-Over With the support and assistance of Borough staff, PSAP representatives and carriers, the contractor shall execute a cut-over of the system into full operation.

Requirement Discussion 1. Assist the Borough in implementing any necessary

preparations for the cut-over, such as provisions for back-up or parallel systems and notifications to affected agencies.

2. Jointly with Borough staff, conduct a final review to determine if the systems, facilities, staff and plan are ready for cut-over. Identify and correct any deficiencies, and obtain Borough approval to proceed

3. Finalize and submit a detailed outline of the cut-over plan.

4. Execute the cut-over of the system into full operation. The contractor shall function as the transition manager, directing and coordinating the efforts of its own staff, other contractors, carriers, and the Borough PSAPs.

73

Page 74: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Performance Validation Period

Requirement Discussion 1. The first ninety (90) calendar days of system

performance following the completion of all parts of the operational phase over shall be considered a performance validation period. During this period the system must demonstrate its specified performance, availability, and functionality in a live operational environment. Any deficiencies which become apparent during the monitoring period will result in an extension of the monitoring period as long as required for correction and retest.

Final Acceptance Review

Requirement Discussion 1. Jointly with Borough personnel, the contractor shall

conduct a final review of the system. The contractor shall correct any remaining deficiencies identified in the review. The contractor shall prepare and deliver a final report summarizing the status of the system.

2. The Borough will make final payment only upon successful completion of at least the following items: a. Transfer of all product licenses, terms and

conditions to the Borough b. Acceptance by the Borough of all test reports,

documentation, training, and the final review report c. Completion as per the statement of work d. Completion as per the RFP, proposal, and

accepted design documents e. Completion of the performance monitoring period f. Acceptance and written approval by the Borough

Warranty Control Period

Requirement Discussion 1. Vendor to provide a minimum ninety (90) day warranty

after System Acceptance by Borough. Warranty is defined as resolving all system, installation and configuration issues at no additional cost to the Borough.

2. Vendor shall apply all manufacturer recommended updates to application and operating system software on a timely basis during the warranty period. Vendor to clarify any Borough responsibilities to support this requirement.

3. The contractor shall tabulate and administer all warranties applicable to the supplied system, subsystems, equipment and software. Specific responsibilities shall include the following:

74

Page 75: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

Requirement Discussion a. The contractor shall tabulate the start-end limits of

all warranties applicable to the system, subsystems, equipment and software supplied under this agreement. The tabulation shall be in the form of an electronic spreadsheet and shall allow rapid identification of units covered.

b. The contractor shall administer the Borough's warranty rights so as to ensure that the Borough receives all benefits that it is entitled to under the various warranties provided by manufacturers. A monthly report of usage, period(s) remaining, and any backlog of repairs or special situations shall be provided to the Borough’s Project Director.

D. Optional: System Administration The Borough wishes to evaluate the merits of having a third-party perform overall system administration and network monitoring. The following requirements provide a brief outline for the desired scope of services, but vendors should identify value-added services that would support the Borough’s goals.

System administration tasks generally include performance monitoring, troubleshooting, testing, staff training, and any relevant application of knowledge that ensures the overall availability of the Borough’s emergency communication systems and facilitates the Borough’s future transition to administrative responsibilities.

OPTIONAL REQUIREMENT: SYSTEM ADMINISTRATION

1. Vendor to provide system administration of installed E9-1-1 system:

a. Controlling access and ensuring system security

b. Reviewing and interpreting system logs c. Monitoring bandwidth utilization and traffic

patterns d. Performance-tuning configuration for improved

efficiency e. Updating signature files for anti-virus and other

protective applications f. Ensuring that application, configuration and

data files are backed up g. Periodic review of application inventory and

configuration, periodic audit of application licenses and installed software

h. Vetting/testing of updates and patches i. Configuration management and installation of

new or replacement hardware and application software

j. Maintaining system documentation, as well as activity logs

k. Coordination of additional outside vendor support and application maintenance

2. Ability to provide remote administration of network

75

Page 76: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

OPTIONAL REQUIREMENT: SYSTEM ADMINISTRATION components, including gateways, routers, switches.

3. Ability to provide remote administration of servers and workstations.

4. Vendor to maintain workstation and server images and/or backup files, and to provide remote restoration.

5. Vendor to provide Tier 1 support, capturing initial Trouble Reports and coordinating vendor resolution.

76

Page 77: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

PAGE INTENTIONALLY LEFT BLANK

77

Page 78: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

ATTACHMENT B

ABBREVIATIONS/GLOSSARY

ALI Automatic Location Identification ANI Automatic Number Identification ANSI American National Standards Institute ATIS Alliance for Telecommunications Industry Solutions CAD Computer-Aided Dispatch CAMA Centralized Automatic Message Accounting CBN Call Back Number CPE Customer Premise Equipment CRDB Coordinate Routing Database CTI Computer-Telephony Integration E9-1-1 Enhanced 9-1-1 EMS Emergency Medical Services ERDB Emergency Services Routing Data Base ESIF Emergency Services Interconnection Forum ESME Emergency Services Message Entity ESN Emergency Services Number ESNE Emergency Services Network Entity ESQK Emergency Services Query Key ESRI Environmental Systems Research Institute ESRK Emergency Services Routing Key ESZ Emergency Services Zone FCC Federal Communications Commission FSA Fire Service Area GIS Geographic Information System IWS Intelligent Workstation J-STD-036 TIA Committee TR-45, Standard for Enhanced Wireless 9-1-1 Phase II LAN Local Area Network LEC Local Exchange Carrier LNP Local Number Portability (same as SPLNP) Mat-Su Matanuska-Susitna MDN Mobile Directory Number (Call Back Number for wireless telephones) MIN Mobile Identification Number MPC Mobile Position Center MSAG Master Street Address Guide MSC Mobile Switching Center (per TR-45.2, also MTSO and MSO) MSO Mobile Switching Office MTSO Mobile Telephone Switching Office NCAS Non-Channel (or Call-path) Associated Signaling NENA National Emergency Number Association NTP Network Time Protocol PC Personal Computer PDE Position Determining Entity PS-ALI Private Switch ALI PSAP Public Safety Answering Point PSTN Public Switched Telephone Network RFP Request for Proposals SNTP Simple Network Time Protocol SOI Service Order Interface

78

Page 79: PROPOSAL 08-075 MATANUSKA-SUSITNA BOROUGH …bids.centerdigitalgov.com/NAV_KCC_ 12-14-2007_ 00006... · 2016. 9. 1. · One (1) clearly marked original hardcopy and one (1) CD-ROM

SPLNP Service Provider Local Number Portability (same as LNP) SR Selective Router SRDB Selective Routing Database TIA Telecommunications Industry Association VDB Validation Database VoIP Voice over Internet Protocol VPN Virtual Private Network WAN Wide Area Network WNP Wireless Number Portability XML Extensible Markup Language

79