`request for proposals...– cresa reserves the right to accept or reject any or all proposals...

59
RFP #769 PROFESSIONAL, TECHNICAL AND EXPERT SERVICES Clark County Washington Release Date: Wednesday, November 6, 2019 Request for Proposal for: MULTI-COUNTY, GEO-DIVERSE, HOST/REMOTE NG911 TELEPHONE SYSTEM PROPOSALS DUE: WEDNESDAY, NOVEMBER 27, 2019 BY 3:00 p.m. Proposals must be date and time stamped by Purchasing staff before 3:00 p.m. on due date. Submit one (1) original printed copy, four (4) copies and five (5) digital copies of the Proposal to: Clark County Office of Purchasing P.O. Box 5000 1300 Franklin Street, 6 th Floor, Suite 650 Vancouver, Washington 98660 564-397-2323 Refer Questions to Project Manager: Katy Myers Technical Division Manager / CRESA [email protected] 360-992-9204

Upload: others

Post on 11-Mar-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

RFP #769

PROFESSIONAL, TECHNICAL AND EXPERT SERVICES

Clark County Washington Release Date: Wednesday, November 6, 2019

Request for Proposal for:

MULTI-COUNTY, GEO-DIVERSE, HOST/REMOTE NG911 TELEPHONE SYSTEM

PROPOSALS DUE: WEDNESDAY, NOVEMBER 27, 2019 BY 3:00 p.m. Proposals must be date and time stamped by Purchasing staff before 3:00 p.m. on due date.

Submit one (1) original printed copy, four (4) copies and five (5) digital copies of the Proposal to: Clark County Office of Purchasing P.O. Box 5000 1300 Franklin Street, 6th Floor, Suite 650 Vancouver, Washington 98660 564-397-2323 Refer Questions to Project Manager: Katy Myers Technical Division Manager / CRESA [email protected] 360-992-9204

Page 2: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

General Terms and Conditions ADMINISTRATIVE REQUIREMENTS - Contractors shall comply with all management and administrative requirements established by Washington Administrative Code (WAC), the Revised Code of the State of Washington (RCW), and any subsequent amendments or modifications, as applicable to providers licensed in the State of Washington. ALL proposals submitted become the property of CRESA and Clark County. It is understood and agreed that the prospective Proposer claims no proprietary rights to the ideas and written materials contained in or attached to the proposal submitted. CRESA and Clark County has the right to reject or accept proprietary information. AUTHORSHIP - Applicants must identify any assistance provided by agencies or individuals outside the proposers own organization in preparing the proposal. No contingent fees for such assistance will be allowed to be paid under any contract resulting from this RFP. CANCELLATION OF AWARD – CRESA and Clark County reserves the right to immediately cancel an award if the contractual agreement has not been entered into by both parties or if new state regulations or policy make it necessary to change the program purpose or content, discontinue such programs, or impose funding reductions. In those cases where negotiation of contract activities are necessary, CRESA and Clark County reserves the right to limit the period of negotiation to sixty (60) days after which time funds may be unencumbered. CONFIDENTIALLY - Proposer shall comply with all applicable state and federal laws governing the confidentiality of information. CONFLICT OF INTEREST - All proposals submitted must contain a statement disclosing or denying any interest, financial or otherwise, that any employee or official of CRESA or the appropriate Advisory Board may have in the proposing agency or proposed project. CONSORTIUM OF AGENCIES - Any consortium of companies or agencies submitting a proposal must certify that each company or agency of the consortium can meet the requirements set forth in the RFP. COST OF PROPOSAL & AWARD - The contract award will not be final until CRESA and the prospective contractor have executed a contractual agreement. The contractual agreement consists of the following parts: (a) the basic provisions and general terms and conditions, (b) the special terms and conditions, (c) the project description and goals (Statement of Work), and (d) the budget and payment terms. CRESA is not responsible for any costs incurred prior to the effective date of the contract. CRESA reserves the right to make an award without further negotiation of the proposal submitted. Therefore, the proposal should be submitted in final form from a budgetary, technical, and programmatic standpoint. DISPUTES - Clark County encourages the use of informal resolution to address complaints or disputes arising over any actions in implementing the provisions of this RFP. Written complaints should be addressed to Clark County – Purchasing, P.O. Box 5000, Vancouver, Washington 98666-5000. DIVERSITY IN EMPLOYMENT AND CONTRACTING REQUIREMENTS - It is the policy of CRESA and Clark County to require equal opportunity in employment and services subject to eligibility standards that may be required for a specific program. Clark County is an equal opportunity employer and is committed to providing equal opportunity in employment and in access to the provision of all county services. Clark County's Equal Employment Opportunity Plan is available at http://www.clark.wa.gov/hr/documents.html. This commitment applies regardless of race, color, religion, creed, sex, marital status, national origin, disability, age, veteran status, on-the-job injury, or sexual orientation. Employment decisions are made without consideration of these or any other factors that are prohibited by law. In compliance with department of Labor Regulations implementing Section 504 of the rehabilitation Act of 1973, as amended, no qualified handicapped individual shall be discriminated against in admission or access to any program or activity. The prospective contractor must agree to provide equal opportunity in the administration of the contract, and its subcontracts or other agreements. ENVIRONMENTALLY RESPONSIBLE PURCHASING PROGRAM - Clark County has implemented an Environmentally Responsible Purchasing Policy with a goal to reduce negative impacts on human health and the environment. Negative environmental impacts include, but are not limited to, greenhouse gases, air pollution emissions, water contamination, waste from the manufacturing process and waste in packaging. This policy also seeks to increase: 1) water and energy efficiency; 2) renewable energy sources; 3) use of products with recycled content; 4) product

durability; 5) use of products that can be recycled, reused, or composted at the end of its life cycle. Product criteria have been established on the Green Purchasing List http://www.clark.wa.gov/general-services/purchasing/erp/environmental.html INDEPENDENT PRICE DETERMINATION - The prospective contractor guarantees that, in connection with this proposal, the prices and/or cost data have been arrived at independently, without consultation, communication, or agreement for the purpose of restricting competition. This does not preclude or impede the formation of a consortium of companies and/or agencies for purposes of engaging in jointly sponsored proposals. INTERLOCAL AGREEMENT – CRESA and Clark County has made this RFP subject to Washington State statute RCW 39.34. Therefore the bidder may, at the bidders’ option, extend identical prices and services to other public agencies wishing to participate in this RFP. Each public agency wishing to utilize this RFP will issue a purchase order (or contract) binding only their agency. Each contract is between the proposer and the individual agency with no liability to CRESA or Clark County. LIMITATION - This RFP does not commit CRESA to award a contract, to pay any costs incurred in the preparation of a response to this RFP, or to procure or contract for services or supplies. LATE PROPOSALS - A proposal received after the date and time indicated above will not be accepted. No exceptions will be made. ORAL PRESENTATIONS - An oral presentation may be required of those prospective contractors whose proposals are under consideration. Prospective contractors may be informed that an oral presentation is desired and will be notified of the date, time and location the oral presentation is to be conducted. OTHER AUDIT/MONITORING REQUIREMENTS - In addition, auditing or monitoring for the following purposes will be conducted at the discretion of CRESA or Clark County: Fund accountability; Contract compliance; and Program performance. PRICE WARRANT - The proposer shall warrant that the costs quoted for services in response to the RFP are not in excess of those which would be charged any other individual or entity for the same services performed by the prospective contractor, in a similar socioeconomic, geographical region. PROTESTS - Must be submitted to the Purchasing Department. PUBLIC SAFETY - May require limiting access to public work sites, public facilities, and public offices, sometimes without advance notice. The successful Proposer’s employees and agents shall carry sufficient identification to show by whom they are employed and display it upon request to security personnel. County project managers have discretion to require the successful Proposer’s employees and agents to be escorted to and from any public office, facility or work site if national or local security appears to require it. REJECTION OF PROPOSALS – CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors on modifications to proposals, to waive formalities, to postpone award, or to cancel in part or in its entirety this RFP if it is in the best interest of CRESA to do so. SUBCONTRACTING - No activities or services included as a part of this proposal may be subcontracted to another organization, firm, or individual without the approval of CRESA. Such intent to subcontract shall be clearly identified in the proposal. It is understood that the contractor is held responsible for the satisfactory accomplishment of the service or activities included in a subcontract. VERBAL PROPOSALS - Verbal proposals will not be considered in making the award of any contract as a result of this RFP. WORKERS COMPENSATION INSURANCE – The contractor shall comply with R.C.W. Title 51- with minimum coverage limits of $500,000 for each accident, or provide evidence that State law does not require such coverage. FOR ALTERNATIVE FORMATS Clark County ADA Office: V: 564-397-2025 TTY: 564-397-2445 [email protected]

Page 3: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposals

Table of Contents PART I PROPOSAL REQUIREMENTS Section IA: General Information

1. Introduction 2. Background 3. Scope of Project 4. Project Funding 5. Timeline for Selection 6. Employment Verification

Section IB: Work Requirements

1. Required Services 2. County Performed Work 3. Deliverables and Schedule 4. Place of Performance 5. Period of Performance 6. Public Disclosure 7. Insurance/Bond 8. Plan Holders List

PART II PROPOSAL PREPARATION AND SUBMITTAL Section IIA: Pre-Submittal Meeting/Clarification

1. Pre-Submittal Meeting 2. Proposal Clarification

Section IIB: Proposal Submission

1. Proposals Due 2. Proposal

Section IIC: Proposal Content

1. Cover Sheet 2. Project Team 3. Management Approach 4. Respondent’s Capabilities 5. Project Approach and Understanding 6. Proposed Cost

PART III PROPOSAL EVALUATION & CONTRACT AWARD Section IIIA: Proposal Review and Selection

1. Evaluation and Selection 2. Evaluation Criteria Scoring

Section IIIB: Contract Award

1. Consultant Selection 2. Contract Development 3. Award Review 4. Orientation/Kick-off Meeting

ATTACHMENTS A: Proposal Cover Sheet B: Letter of Interest C. PSAP Details D. NG911 Phone System Requirements

Page 4: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposal #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System

Part I Proposal Requirements

Section IA General Information 1. Introduction The purpose of this RFP is to solicit proposals for an NG911, NENA i3 compliant telephone

system to support, at a minimum, 3 geo-diverse PSAPS - 2 hosts and 1 remote with local survivability. Proposers are encouraged to submit creative solutions that meet the objectives and requirements for replacing the current geo-diverse 911 telephone system while also engineering flexibility in the system so additional Hosts and Remotes can come onto the system with the best value and ensuring resiliency, redundancy, and survivability.

2. Background The proposal includes TCOMM911, CRESA, and Wahkiakum County 911 who formed the “Consortium” and entered into an Interlocal Agreement (ILA) that commenced on January 8, 2014. The ILA establishes the terms and conditions under which two or more PSAPs serve as “Hosts” to NG911 telephone switch equipment allowing the concentration of NG911 call routing and processing at two or more redundant locations. These equipment “Hosts” provide functions to both the host PSAPs and to “Remote” PSAPs, which require ESInet connection, local survivability, and gateway equipment, thereby reducing the amount of on-site equipment, software and services required by the remote PSAPs. The ILA acts as an Interlocal Joint Purchasing Agreement, which allows for mutual cooperative purchasing activities. Clark Regional Emergency Services Agency (CRESA) is the regional public safety agency that provides 911 dispatch, emergency management, and public safety radio system management for Clark County, WA, and is a Host on the current telephone system. Thurston 911 Communications (TCOMM 911) is responsible for three functions in Thurston County, Washington: 1) Public safety answering point (PSAP) responsible for answering and processing all 911 calls within the County; 2) Dispatch services for all Thurston County public safety agencies – Law Enforcement, Fire and EMS; 3) Own, operate and manage the public safety land mobile radio system infrastructure and serves as a Host on the current system. Wahkiakum County Sheriff's Office provides 911 dispatch and emergency management services within its jurisdiction and is a Remote on the current system. The Consortium is seeking to replace their 911 telephone system as it is nearing its end of life. In addition to the original Consortium partners, RiverCom 911, located in Wenatchee, WA, is investigating joining the Consortium and, therefore, proposals must include costs for replacing the current Consortium equipment as well as separately include costs for bringing RiverCom onto the system as a 3rd host and alternatively as 2nd remote. The Proposers may also deliver a proposal with different host / remote configurations than currently used in the Consortium as part of bringing RiverCom onto the system. The Consortium is working under short time constraints, so proposers must be able to demonstrate their ability to complete the project within the intended dates identified in IA.5 – Timeline for Selection and their ability to work alternative hours and days as needed due to the 24/7/365 nature of the PSAPs. Proposers should be conscious of the fact that the Consortium had purchased and installed the current system in the last 5 years at significant cost and are in this position due to the change in ownership and loss of continued support for their current system. The stability and reliability of the company and the product are very important in the selection process. Comtech is providing the NENA NG911 i3 standards based, statewide ESInet and Next Generation Core Services (NGCS) as a service under contract with the State of Washington. Specific interface details will be provided under an NDA with Comtech following contract execution.

Page 5: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposal #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System

3. Scope of Project Proposers must respond to this RFP with appropriate information to determine a) how the solution is deployed and priced across the current Consortium members’ sites to fulfill the needs identified by each in Attachment C - PSAP Details, and b) how the solution could be expanded to include additional sites. Scalability: The Consortium seeks to have a clear understanding of the scalability of the proposer’s solution. The ability to add seats, new remotes, and new hosts to the system in an intentional, methodical way, with transparency in associated costs, is a primary objective of this project. Proposers should include specific information on how many seats at each current location their proposed solution can add without adding to the backbone of the system and costs for those seats or seat ranges. Proposers should also include specific information, including costs, related to how many seats/seat ranges are available to add to new Remote locations without adding to the backbone. Additionally, proposers should identify the additional seat threshold that requires added equipment at the hosts, as well as the threshold for requiring additional hosts into the system. Proposers should address impacts on hardware and software life cycle management to both the additional entities and the existing consortium members when host/remotes are added following initial deployment. Site Segregation: Each response must differentiate and detail any function, feature, and parameter that is not site-specific and configurable. The Consortium relies on the ability to set up each site’s system based on their own needs. It is imperative to have a clear understanding of any limitations for system design, set-up, administration, and reporting with this regard. Reporting: Provide detail information on the integrated reporting solution - specifically, the ability for each Consortium member to report on their site performance and performance reporting related to call delivery and call quality. Consortium is interested in learning the capabilities for scheduling and email delivery of performance reports. Proposal shall include a compliance matrix for NENA-STA-019.2018 with costs and information on reporting systems, features, and parameters available as well as examples of default reports available. The proposer should also address the ability to export the product database to an off-line data warehouse so that individual consortium members can develop their own reports. PBX: As detailed in Attachment C - PSAP Details, some Consortium members require administrative PBX solutions. Provide PBX functionality and reporting features available in the solution. Hardware: Provide a proposed list of network and CPE components for each site. The procurement is intended to replace current phone system hardware; however, where possible, and without negative impacts, the Consortium welcomes proposers to note if they could reuse current equipment and show cost savings to doing so. While the backbone of the system must be NENA i3 compliant and deliver the features and functionality detailed in the requirements document, each PSAP has its own specific needs and ancillary systems to include in their costs. Details for each PSAP is available in Attachment C - PSAP Details. Proposal shall include recommended spares for critical systems and costs. Problem Reporting & Response: Describe the Proposers support plan, including how continuity of operations is assured, maintenance of the system and the criteria for issue prioritization and service level time assurances. Network: Identify the network bandwidth and latency requirements necessary to support the solution, based on current ESInet configuration. The proposed network must be in an active/active configuration. Provide detail diagrams of the proposed solution for each site and point out how redundancy is applied should various systems experience a failure. Project Plan: Provide a project plan with the phases, resources, and task duration estimated to implement the solution within the expected Consortium Cut-over date listed in section 5 –

Page 6: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposal #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System

Timeline for Selection. Training: Describe your initial training program or plan for call takers, supervisors, training officers, system administrators, and managers. Describe any training resources available for PSAP telecommunicators, and system admins as they onboard after cut-over. Pricing: Pricing for the new system must be listed separately for each Consortium member. Costs must be grouped by PSAP, with each item classified as Software (SW), Hardware (HW), Services (CS), and Maintenance and Support (M). Include connectivity and infrastructure costs to deliver IP based voice and data to each workstation position. Pricing should include the original purchase price plus the proposer’s recommended maintenance and support packages that would include anticipated software updates, equipment refreshes, warranties, maintenance, and support the Consortium is responsible for the life of the system.

4. Project Funding A portion of the funding for this project will be from the NG911 Federal Grant Program and each participating PSAP will provide further funding.

5. Timeline for Selection

The following dates are the intended timeline:

Questions and Requests for Clarification November 12, 2019 at Noon PST Pre-Submittal Conference Call November 13, 2019 at 9:30 a.m. PST Addendum of Substantive Clarification if needed November 14, 2019 Proposals Due November 27, 2019 Selection committee recommendation December 5, 2019 Contract negotiation completed January 8, 2020 Contract execution January 10, 2020 Contract intended to begin January 13, 2020 Consortium Cutover April 30, 2020

6. Employment Verification

Effective November 1st, 2010, to be considered responsive to any formal Clark County and CRESA Bid/RFP or Small Works Quote, all vendors shall submit before, include with their response or within 24 hours after submittal, a recent copy of their E-Verify MOU or proof of pending enrollment. The awarded contractor shall be responsible to provide Clark County with the same E-Verify enrollment documentation for each sub-contractor ($25,000 or more) within thirty days after the sub-contractor starts work. Contractors and sub-contractors shall provide a report(s) showing status of new employee’s hired after the date of the MOU. The status report shall be directed to the county department project manager at the end of the contract, or annually, whichever comes first. E-Verify information and enrollment is available at the Department of Homeland Security web page: www.dhs.gov/E-Verify How to submit the MOU in advance of the submittal date: 1. Hand deliver to 1300 Franklin St, Suite 650, Vancouver, WA 98660, or; 2. E-mail: [email protected] and [email protected] and

[email protected] Note : Sole Proprietors shall submit a letter stating exempt.

Section IB Work Requirements 1. Required Services This procurement is structured to provide Proposers with considerable flexibility to offer cost-

effective solutions to meet the Consortium’s business needs. Attachment D - NG911 Phone System Requirements provides a list of system requirements. Proposers must complete the requirements spreadsheet and return with their proposal. The spreadsheet is broken down into multiple tabs representing various categories, with tabs having multiple requirement items. Complete each tab by identifying if the solution fully meets the item (Y), does not meet (N), or partially meets (O). Notes can be added to the comment column to support the answer or

Page 7: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposal #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System

provide additional information. Do not alter the sheets or the summary page. This presentation of requirements is not intended to be all-inclusive, nor is it the Consortiums intent to limit the Proposer’s response. The Consortium encourages innovation and creativity in providing its proposed commercial off the shelf system/software/solution (COTS) and relies upon the Proposer’s experience and knowledge to define and address any additional functionality it deems necessary in satisfying the objectives and requirements of the Consortium. The focus of the business requirements is to:

1) Ensure that the current and future NG9-1-1 system requirements are met for the Consortium;

2) Ensure the transition activities are transparent to the users; 3) Take advantage of increased NG9-1-1- functionality to expand the Consortium’s

computer aided dispatch (CAD) functionality, interfaces, integration, administrative support and management reporting; and

4) Install a standards-compliant NG9-1-1 system solution to take advantage of state of the art NG9-1-1 technologies. Consortium members may expand the level of functionality of the chosen solution at a future date to provide additional functionality, expanded interoperability, and shared services.

Additional options included in the proposal will not be evaluated against the requirements; they will be considered in the evaluation of the Proposer’s overall capabilities.

2. County Performed Work

Each PSAP will provide a designated Project Manager. Each PSAP shall ensure connectivity from the ESINet into their back rooms and cabling from back rooms to each of the connected positions.

3. Deliverables & Schedule

Due to time constraints, the Consortium’s project schedule calls for TCOMM, CRESA, and Wahkiakum to cut-over by April 30, 2020. Additional hosts or remotes can cut over during or after the initial system acceptance, depending on the Proposer’s ability to accommodate the additional entity’s timing.

4. Place of Performance

Contract performance may take place in any of the Consortium’s facilities, the Proposer’s facility, a third-party location, or any combination thereof.

5. Period of Performance

A contract awarded as a result of this RFP is 5 years and is intended to begin on January 13, 2020, and end on January 13, 2025. CRESA reserves the right to extend the contract resulting from this RFP for one (1) additional five (5) year period, with the same terms and conditions.

6. Public Disclosure This procurement is subject to the Washington Public Records Act (the “Act”), chapter 42.56 RCW. Once in the County’s possession, all of the RFP Submittals shall be considered public records and available for public records inspection and copying, unless exempt under the Act.

If a Respondent or Proposer considers any portion of an RFP Submittal to be protected under the law, whether in electronic or hard copy form, the Respondent or Proposer shall clearly identify each such portion with the word “PROPRIETARY. If a request is made for disclosure of such a portion, the County will determine whether it should be made available under the Act. If the county determines that such a record(s) is subject to disclosure, the County will notify the Respondent or Proposer in writing of the request and allow the Respondent or Proposer ten (10) days to obtain a court order enjoining release of the record(s). If the Respondent or Proposer does not take such action within the ten (10) day period, the County will release the portions of the RFP Submittal deemed subject to disclosure. All Respondents and Proposers who provide RFP Submittals for this procurement accept the procedures described above and agree that the County shall not be responsible or liable in any way for any losses that the party may incur from the disclosure of records to a third party who requests them.

Page 8: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposal #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System

7. Davis Bacon If it is determined that any portion of this work falls under construction, alteration or repair of a public building, those work areas will require that prevailing wage is paid. All payment for salaries and wages shall conform to the Washington State Department of Labor and Industries (L&I) prevailing wage rates, pursuant to RCW 39.12. Before each payment is made by the County under this contract, the County must receive from the Contractor (and every sub-contractor performing work under a County contract) a copy of the “Statement of Intent to Pay Prevailing Wages” (L&I Form F700-029-000). Upon completion of each project, the County must then receive from the Contractor (and every sub-contractor performing work under a County contract) a copy of the “Affidavit of Wages Paid” (L&I Form Number F700-007-000).These documents and other relevant information are available at the L&I website: www.lni.wa.gov/TradesLicensing/PrevWage; telephone (360) 902-5335. The Contractor is advised to consult with L&I to determine the prevailing wages that must be paid. The Contractor is responsible for obtaining and filing these documents on its own behalf as well as any sub-contractors performing work ordered under County contract.

The County will pay the Contractor a flat fee of $110 for obtaining Affidavits and Intents.

8. Insurance/Bond A. Commercial General Liability (CGL) Insurance written under ISO Form CG0001 or its latest equivalent with minimum limits of $1,000,000 per occurrence and $2,000,000 in the aggregate for each one year policy period. This policy will renew annually. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $1,000,000 per occurrence and $2,000,000 in the aggregate. However, if other policies are added they must be a follow-form policy in language, renewal date, and have no more exclusions than the underlying coverage. Products and Completed Operations coverage shall be provided for a period of three years following Substantial Completion of the Work. The deductible will not be more than $50,000 unless prior arrangements are made with CRESA on a case by case basis; the criterion is the Contractor’s liquidity and ability to pay from its own resources regardless of coverage status due to cancellation, reservation of rights, or other no-coverage-enforce reason. Coverage shall not contain any endorsement(s) excluding nor limiting Product/Completed Operations, Contractual Liability or Cross Liability. Clark County, Washington and Clark Regional Emergency Services Agency (CRESA) shall both be named as an additional insured.

B. Automobile If the Proposer or its employees use motor vehicles in conducting activities under this Contract, Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles shall be provided. Coverage shall be at least as broad as Insurance Services Office (ISO) form CA 00 01. Coverage shall be written with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident.

C. Professional Liability (aka Errors and Omissions) The Proposer shall obtain, at Proposer’s expense, and keep in force during the term of this contract Professional Liability insurance appropriate to the Proposer’s profession. Such insurance shall provide a minimum of $2,000,000 per occurrence, with a maximum deductible of $25,000. It should be an “Occurrence Form” policy. If the policy is “Claims Made”, then Extended Reporting Period Coverage (Tail coverage) shall be purchased for three (3) years after the end of the contract.

D. Pollution and Asbestos Liability If hazardous material is encountered during any construction, the Project Manager must be notified immediately, and if any work is done to remove it, any Proposer performing work shall obtain and keep in effect during the term of the contact, Pollution Liability Insurance, including Asbestos Liability covering bodily injury, property damage, environmental damage, including any related clean-up costs. Combined single limit should be a minimum of $1,000,000.00.

E. Technology Errors & Omissions (E&O) shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit.

Page 9: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposal #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System

F. Network Security (Cyber) and Privacy Insurance shall include, but not be limited to, coverage, including defense, for the following losses or services:

Liability arising from theft, dissemination, and/or use of Public Entity confidential and personally identifiable information, including but not limited to, any information about an individual maintained by the Public Entity, including (i) any information that can be used to distinguish or trace an individual‘s identity, such as name, social security number, date and place of birth, mother’s maiden name, or biometric records; and (ii) any other information that is linked or linkable to an individual, such as medical, educational, financial, and employment information regardless of how or where the information is stored or transmitted.

Network security liability arising from (i) the unauthorized access to, use of, or tampering with computer systems, including hacker attacks; or (ii) the inability of an authorized third party to gain access to supplier systems and/or Public Entity data, including denial of service, unless caused by a mechanical or electrical failure; (iii) introduction of any unauthorized software computer code or virus causing damage to the Public Entity or any other third party data.

Lawfully insurable fines and penalties resulting or alleging from a data breach.

Event management services and first-party loss expenses for a data breach response including crisis management services, credit monitoring for individuals, public relations, legal service advice, notification of affected parties, independent information security forensics firm, and costs to re-secure, re-create and restore data or systems.

Network Security (Cyber) and Privacy Insurance shall be written with limits no less than $1,000,000 per claim $1,000,000 policy aggregate for network security and privacy coverage, $100,000 per claim for regulatory action (fines and penalties), and $100,000 per claim for event management services.

G. All insurance policies and coverage’s required shall contain a waiver of subrogation against the Contracting Agency, any Additional Insured and their respective departments, agencies, boards, and commissions and their respective officers, officials, agents, and employees for losses arising from Work performed by or on behalf of the Contractor.

H. Umbrella Liability Coverage Umbrella Coverage in the amount of $1,000,000 shall be provided and will apply over all liability policies without exception, including but not limited to Commercial General Liability, Automobile Liability, Employers Liability and Professional Liability.

I. Verification of Coverage The Proposer shall furnish Clark County and Clark Regional Emergency Services Agency with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Proposer before commencement of the work.

J. Cancellation of Coverage The Proposer shall provide Clark County and CRESA with written notice of any policy cancellation within two business days of their receipt of such notice.

• All policies must have a Best’s Rating of A-VII or better.

• Any and all subcontractors will be required to fulfill the same insurance requirements.

PERFORMANCE BOND A 50% Performance Bond from an approved surety company, as surety in the sum of the full amount of the contract price, in compliance with Sections 39.08.010 to 39.08.060 Revised Codes of Washington, and any amendments thereto, will be required.

Page 10: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposal #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System

9. Plan Holders List

All proposers are required to be listed on the plan holders list. Prior to submission of proposal, please confirm your organization is on the Plan Holders List below: To view the Plan Holders List, please click on the link below or copy and paste into your browser. Clark County RFP site: http://www.clark.wa.gov/general-services/purchasing/rfp.html

• If your organization is NOT listed, submit Attachment B - Letter of Interest to ensure your inclusion.

• Proposals received by Clark County by proposers not included on the Plan Holders List may be considered non-responsive.

Page 11: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposal #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System

Part II Proposal Preparation and Submittal

Section IIA Pre-Submittal Meeting / Clarification 1. Pre-Submittal

Meeting To ensure an accurate and complete Proposer response to this RFP, the Consortium is reliant upon Proposer’s thorough understanding of the intended operational needs, functional requirements, and intended application for use of the requested system - as described herein. The Consortium is further reliant upon the professional, technical, industry, applicable standards, and other required knowledge of the Proposer to ensure a complete and accurate response is provided that meets the intended operational, functional, and other intended purposes and use of the requested NG-911System solution. Therefore, all prospective Proposers to this RFP are encouraged to attend the Pre-Submittal Conference Call on the date identified in Section 1A – Timeline for Selection and at the time specified below.

The purpose of the Pre-Submittal Conference Call is to provide attending Proposers with updated or additional information regarding the requirements of the Consortium or the procurement process, and to provide Proposers with an opportunity to ask questions and/or provide feedback to the Consortium regarding the specifics of the RFP - including the structure, processes, functionality, requested/available technologies, and content.

All qualified Proposers are encouraged to attend the Pre-Submittal Conference Call that will convene on Wednesday November 13, 2019 at 9:30 AM, Pacific Time

CONFERENCE INFORMATION:

https://cres.conferencinghub.com/WhiteLionWeb/CRESATech

Access Number 720-279-0727

Passcode 3644234

There will be a required conference call check-in beginning at 9:15 AM, Pacific Time, for attending Proposers. This Pre-Submittal Conference Call will include an overview of the project.

All questions to be presented during the Pre-Submittal Conference Call must be submitted in advance, in writing, and are due by Tuesday, November 12, 2019 at Noon PST, with submissions directed to: [email protected] Attn: RFP #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System, in electronic (MS Word) format. No verbal inquiries will be accepted.

All Proposers desiring to attend the Pre-Submittal Conference Call must send a confirming email to CRESA, directed to the Project Manager identified on page one of this document, by the date specified in Section 1A – Timeline for Selection. Confirmations to CRESA shall include the company name, contact name and title, complete address, e-mail address, fax and phone numbers. Also list the names and contact information of any additional personnel your company plans to attend the Pre-Submittal Conference Call.

Your response to CRESA will generate two events: 1. You will be added to the list of recipients to attend the Pre-Submittal Conference Call

and will receive a calendar invitation with the conference call in information.

2. You will also be added to the potential Proposer’s e-mail list to receive any subsequent updates or amendments to the RFP (as they are made available).

Receipt of a request for attendance at the Pre-Submittal Conference Call is deemed confirmation of the Proposer’s receipt and review of the RFP, and acknowledgement of the requirements contained therein. Only qualified Proposer’s need attend the Pre-Submittal

Page 12: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposal #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System

Conference Call.

If necessary, at the completion of the Pre-Submittal Conference Call, CRESA may release an Amendment to this RFP containing any material or informational changes it deems necessary, and that do not limit competition.

2. Proposal

Clarification Questions and Requests for Clarification regarding this Request for Proposal must be directed in writing, via email, to the person listed on the cover page. The deadline for submitting such questions/clarifications is specified in Section 1A-5. An addendum will be issued no later than six calendar days prior to the proposal due date to all recorded plan holders of the RFP if a substantive clarification is in order. The Questions & Answers/Clarifications are available for review at the link below. Each proposer is strongly encouraged to review this document before submitting their proposal. Clark County RFP site: http://www.clark.wa.gov/general-services/purchasing/rfp.html

Section IIB Proposal Submission 1. Proposals Due Sealed proposals must be received no later than the date, time and location specified on the

cover of this document. The outside of the envelope/package shall clearly identify: 1. RFP Number and; 2. TITLE and; 3. Name and address of the proposer. Responses received after submittal time will not be considered and will be returned to the Proposer - unopened. Respondents may choose to submit multiple proposals in response to this RFP, however, all submittals must include responses to the complete set of RFP requirements, and, each set of Proposals must be submitted under a separate cover, clearly marked and individually enumerated so as to differentiate each Proposal as a separate submission. Proposals received with insufficient copies (as noted on the cover of this document) cannot be properly disseminated to the Review Committee and other reviewers for necessary action, therefore, may not be accepted.

2. Proposal Proposals must be clear and succinct and not exceed 100 pages, excluding resumes, supporting documentation, E-Verify and coversheet. Proposer’s who submit more than the pages indicated may not have the additional pages of the proposal read or considered. Respondents are encouraged to include supporting documentation for the solution, for example, user manuals, administrative manuals and a variety of examples showing different graphical user interfaces (GUIs) and integrated functionality. Respondents are to submit one (1) original printed copy, clearly marked as original; four (4) printed copies and five (5) USB flash drives with response in Adobe PDF Format, except the NG9-1-1 Requirements spreadsheet in Excel format. For purposes of review and in the interest of the County, the County encourages the use of submittal materials (i.e. paper, dividers, binders, brochures, etc.) that contain post-consumer

Page 13: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposal #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System

recycled content and are readily recyclable. The County discourages the use of materials that cannot be readily recycled such as PVC (vinyl) binders, spiral bindings, and plastic or glossy covers or dividers. Alternative bindings such as reusable/recyclable binding posts, reusable binder clips or binder rings, and recyclable cardboard/paperboard binders are examples of preferable submittal materials. Proposers are encouraged to print/copy on both sides of a single sheet of paper wherever applicable; if sheets are printed on both sides, it is considered to be two pages. Color is acceptable, but content should not be lost by black-and-white printing or copying. All submittals will be evaluated on the completeness and quality of the content. Only those Proposer’s providing complete information as required will be considered for evaluation. The ability to follow these instructions demonstrates attention to detail. Additional support documents, such as sales brochures, should be included with each copy unless otherwise specified.

Section IIC Proposal Content 1. Cover Sheet This form is to be used as your proposal Cover Sheet

See Cover Sheet - Attachment A

2. Project Team For the Project Development, Implementation and Operations phase of this project, the Proposer shall provide the names and resumes of the proposed project manager, key management, support contract manager and technical staff proposed for this RFP.

3. Management Approach

Proposal shall have a project management plan that includes: 1) proposed schedules for completion of each phase of the project, 2) work structure breakdown which identifies work done on-site at each PSAP and off site efforts, and 3) a description of the Proposer’s strategy for the project planning, installation, testing, training, cut-over and post-cut-over follow-up at each PSAP.

4. Respondent’s Capabilities

The Proposer is required to demonstrate corporate experience, financial capability, technical capability and team capacity to support this Proposal. Proposers that do not have a geo-diverse Host/Remote phone system operating in a live environment at the time this RFP is published will not be considered. Please attach one copy of the following documents (or equivalent thereof):

Statement of financial position Statement of activities Cash flow statement Statement of changes in net assets Notes to financial statements, if available Organizational chart

Proposer must submit no less than three, and no more than five, references with contact names, titles, addresses and telephone numbers of each organization. Each reference shall also include the following:

1) Type of services provided and size of contract 2) Term of the contract included effective dates 3) Dates services were to be provided and actual dates delivered 4) Reason for contract termination/expiration, if contract is no longer in effect 5) Two-year history of significant system changes requested by the client, including date of

request, date of planned implementation, and date of actual implementation. 6) Project manager, implementer and sales manager for the project.

Page 14: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposal #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System

5. Project Approach and Understanding

Proposals shall include a narrative which describes the Proposers understanding of the project, their proposed solution, and assumptions made while drafting the Proposal.

6. Proposed Cost Pricing for the new system must be listed separately for each Consortium member. Prices must be grouped by PSAP and sub-grouped by each location specified in Attachment C – PSAP Details. Each item must be classified as Software (SW), Hardware (HW), Services (CS) and Maintenance and Support (M). Include connectivity and infrastructure costs to deliver IP based voice and data to each workstation position. Pricing shall include the proposers recommended 5 year maintenance and support packages that would include anticipated software updates, equipment refreshes, warranties, and maintenance and support for which the PSAP is responsible. The Proposal shall include a complete, itemized price breakdown for each PSAP with centralized consortium telephone system costs separated from the PSAP’s specific additional, ancillary or optional costs from Attachment C – PSAP Details. The Price Proposal shall be separate from the full proposal so that pricing can be reviewed apart from the narrative response and also delivered in an Excel Spreadsheet file. An example of itemization is below: PSAP Name – Location A – Host or Remote Centralized Consortium Telephone System Itemized Hardware List (HW) Subtotal Itemized Software List (SW) Subtotal Itemized Project Services (CS) Subtotal Maintenance and Support Cost (M) PSAP Specific Need Item 1 – PBX system Itemized Hardware List (HW) Subtotal Itemized Software List (SW) Subtotal Itemized Project Services (CS) Subtotal Maintenance and Support Cost (M) PSAP Specific Need Item 2 – Training Room set up Itemized Hardware List (HW) Subtotal Itemized Software List (SW) Subtotal Itemized Project Services (CS) Subtotal Maintenance and Support Cost (M) PSAP Specific Need Item 3 – Integrated Mapping Itemized Hardware List (HW) Subtotal Itemized Software List (SW) Subtotal Itemized Project Services (CS) Subtotal Maintenance and Support Cost (M) PSAP Name – Location B – Host or Remote Centralized Consortium Telephone System

Page 15: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposal #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System

Itemized Hardware List (HW) Subtotal Itemized Software List (SW) Subtotal Itemized Project Services (CS) Subtotal Maintenance and Support Cost (M)

7. Employment Verification

Please refer to section 1A.6. – E-Verify IMPORTANT NOTE: Include this portion of the response immediately AFTER the cover page, if not already on file with Clark County. Current vendors on file can be viewed at: https://www.clark.wa.gov/general-services/purchasing-overview

Page 16: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposal #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System

Part III Proposal Evaluation & Contract Award

Section IIIA Proposal Review and Selection 1. Evaluation and

Selection: Proposals received in response to this RFP will be evaluated by the Consortium.

2. Evaluation Criteria Scoring

Each compliant proposal received in response to the RFP will be objectively evaluated and rated according to a specified point system. Scoring criteria is broken up into 4 categories. Categories for Scoring:

Technical 105 Operations 150 Management 75 Pricing 75

Total Points 405

Section IIIB Contract Award

1. Consultant Selection The Consortium will award a contract to the highest scoring Proposer. Should the Consortium not reach a favorable agreement with the highest scoring Proposer, the Consortium shall suspend or terminate negotiations and commence negotiations with the second highest scoring Proposer and so on until a favorable agreement is reached.

2. Contract Development

The proposal and all responses provided by the successful Proposer may become a part of the final contract. Prior to signing, each Consortium member may take the final contract to an appropriate advisory board for final approval.

3. Award Review

The public may view proposal documents after contract execution. However, any proprietary information so designated by the Proposer as a ‘trade secret’ will not be disclosed unless the Clark County Prosecuting Attorney determines that disclosure is required. At this time, Proposers not awarded the contract, may seek additional clarification or debriefing, request time to review the selection procedures or discuss the scoring methods utilized by the evaluation committee.

4. Orientation/Kick-off

Meeting

Contact negotiations will begin the week following the completion of the recommendation process. The Consortium intends to complete negotiations by January 8, 2020. Following Consortium member’s Board authorization of the contract, a kick-off meeting with the Phone Replacement Task Group will be scheduled on or about January 13th, 2020.

Page 17: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposal #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System

.Attachment A: COVER SHEET General Information: Legal Name of Applicant/Company/Agency Street Address City State Zip Contact Person Title Phone Fax Program Location (if different than above) __________________________________________________________________ Email Address________________________________________________________________________________________ Tax Identification Number

I certify that to the best of my knowledge the information contained in this proposal is accurate and complete and that I have the legal authority to commit this agency to a contractual agreement. I realize the final funding for any service is based upon funding levels, and the approval of the participating Agencies’ board approval. Signature, Administrator of Applicant Agency Date

ADDENDUM: Proposer shall acknowledge receipt of Addenda by checking the appropriate box(es).

None 1 2 3 4 5 6 NOTE: Failure to acknowledge receipt of Addendum may render the proposal non-responsive.

Page 18: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Request for Proposal #769 Multi-County, Geo-Diverse, Host/Remote NG911 Telephone System

Attachment B: LETTER OF INTEREST Legal Name of Applicant Agency Street Address City State Zip Contact Person Title Phone Fax Program Location (if different than above) Email Address All proposers are required to be included on the plan holders list. If your organization is NOT listed, submit the ‘Letter of Interest” to ensure your inclusion.

Email Letter of Interest to: [email protected] and [email protected] Clark County web link: http://www.clark.wa.gov/general-services/purchasing/rfp.html

This document will only be used to add a proposer to the plan holders list. Submitting this document does not commit proposer to provide services to Clark County or CRESA, nor is it required to be submitted with proposal. Proposals may be considered non-responsive if the Proposer is not listed on the plan holders list.

Page 19: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

PSAP SPECIFIC INFORMATION

PSAP Instructions – complete one form for each location where you expect to have telephone equipment installed and operational, either as a primary site or a backup site. This form is broken out into two sections – Section 1 covers 911 call taking positions and Section 2 covers phone equipment in the rest of the building. If the purchase of a PBX system is part of your project, this is where you will put all the information related to your PBX needs.

PSAP Name: CRESA

Address: 710 W 13th St, Vancouver WA 98660

Primary or Back-Up site? Primary PSAP, with administrative services side and Emergency Operation

Is this site a current Host or Remote site? Host site

Does this site require remote survivability? As a host this site has built in redundancy.

Section 1 – 911 Call Taking / Dispatch Floor Needs

Item PSAP Response

Comment

Logging Recorder in use Voice Print/Nice VPI by Nice 5.5.14336.2. As part of this project CRESA is looking at replacing our logging recorder system. A list of preferred logging systems the solution works with would be benficial.

CAD system in use Hexagon I/Dispatcher 9.3 MR6 – we are starting a project to upgrade to 9.4 beginning next year, with a planned cutover December 2020. Include a cost estimate for migration to that upgraded CAD after cutover as part of this proposal.

PBX system in use Vodia PBX Software, will need this replaced as part of the proposal – see below.

MIS or other data share/export needs The ability to export full call detail records every 10

Attachment C

Page 20: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 2 of 22 CRESA Primary PSAP

minutes or so, to an archive server which are used by our external reporting provider (FirstWatch) is necessary.

Mapping – integrated with phone or not Not currently CRESA wants to have integrated mapping in the proposed solution.

Texting integration with phone sys No, use EMedia by Comtech currently Integrated texting may be something we change to, either as part of this project or later.

Other integrations Rave Smart911 Serial connect sends ANI info to Rave server Primary 911 call receiving seats 16 – with dual jacks at each position.

1 full Spare hot swappable Workstation with Software loaded.

Part time 911 call receiving seats 2 In the Training Room (Already wired) – using desk sets, not full phone system solution.

911 phone only call receiving seats 0 Back up 911 call receiving seats 6 – These are at our backup center off site – refer to that

PSAP Details form for further information. Training 911 call receiving seats We do not have training seats right now. As

part of the proposal would like an option to set up a training room system that would be minimally built (no redundancy etc) and not connected to an outside network, but with the ability for local recording and playback for 8 seats in our training room which is right off the dispatch floor.

Wall Display needs Currently have none Planning to add with this project at least 1 board that is expandable, and may include display on the dispatch floor as well as the Emergency Operations Center, in the same building.

911 positions requiring radio/telephone integration (and single or dual jacks at

16 – with dual jacks at each position.

Page 21: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 3 of 22 CRESA Primary PSAP

each) Number of 911 admin positions – and their necessary features

1 Admin position needs access to all admin functions plus all call taker functions. This position is for our in house phone support tech to complete testing, monitor the system etc.

CAMA trunks 0 PRI lines 2 pri circuits, 23 channels for Voice and back up These 2 circuits facilitate the whole building

for incoming and outgoing lines. They are set up to load share. At this time we have 12 Inbound Lines for Dispatch

Admin lines 15 This is the current number needs to be able to grow if necessary. Want to bring 311 Lines directly into the 911 Call Handling system (currently comes into the Admin PBX on acd/ivr and is directed to a queue)

POTS lines 2 At the primary PSAP 1 for TTY Testing, 1 for Fax

Ring-downs 4 Centrex 0 Fixed satellite lines 2 1 for the 911 call handling 1 for the PBX Door controls 0 Not currently in the phone system. Lightbars 16 Monitor configurations at each position Single 16 - 21” touch screen Willing to add a monitor at each position (all

16) or at call taking/supervisors positions (8 positions)

Reporting needs Currently xMIS and exported to an archive server for use in FirstWatch online reporting system. Reports need to include, but are not limited to:

Currently, the reports are canned with no flexibility to build custom reports. This capability would be an improvement for our

Page 22: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 4 of 22 CRESA Primary PSAP

1) Workload by hour of day/day of week 2) Call answer time (ring time) for the center as a

whole 3) Call answer time (ring time) for individual

employees when they are logged into specific roles or queue groups, for example only during the times they are logged into a Call Taking roll or a Call Taking Queue Group

4) Abandoned call rates 5) Outgoing calls made 6) Dates and times and sum of instances call takers

are in particular status – i.e. Busy 7) Center performance compared to NFPA 1221

answer standard – 95% of all 911 calls answered within 15 seconds and 99% of calls answered within 40 seconds.

agency. Need the ability to print and add a share off the phone network for saving and accessing off-line. Need the ability to schedule regular reports to be emailed in formats of PDF, Excel, and Word.

ANI/ALI format Phase II 30W Genovations Keypads 48 Key Programmable by PSAP Admin, dial pad must

be able to send DTMF tones to IVR being called for recognition

Special Training Needs Our In-services are on March 13th and 17th of 2020. CRESA would prefer to have at least the basic system set up to complete initial training at that time.

Hardware/equipment PSAP requests consideration for re-use

none

Rack Space needed or available Open Racks Available In a secure room racks open Rack available (42 U’s, closed Rack with 37 U’s)

Power to racks All racks connect to UPS Power

Page 23: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 5 of 22 CRESA Primary PSAP

Section 2 – PBX System Needs

Item PSAP Response

Comment

Connection to any existing PBX Currently have Vodia Will replace with this project must be part of the proposal.

Number and type of desk phones 110 Extensions 41 with DID 21 Applied to Auto Attendants/Agent groups/Service Flags 1 Applied to Intercom 4 Direct Auto Attendants, 3 in House Auto Attendents, allowing for Scaling up and down the number of agents in the attended group

Need ability to scale small call center up to 5 call takers (ACD/Agent Group). We want to replace the conference phones but are open to keeping the current desk phones if possible.

Number and type conference phones 4 Model Number

Snom821 33 (31 Working Extensions, 2 Spares)

Snom821 Expansions

4 (3 Working Extensions, 1 Spare)

Conference Set Snom Meeting Point

4

Headsets (Admin) CS530 +Adapter Kits SNOM EHS Advanced

22 (20 Working 2 Spares)

Snom 320 45 (43 Working Extensions 2 spares)

Page 24: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 6 of 22 CRESA Primary PSAP

Snom 320 Expansions

6 (5 Working, 1 Spare)

Satellite phones 1 Number of Incoming lines 15

2 pri circuits, 23 channels for Voice and back up These 2 circuits facilitate the whole building for incoming and outgoing lines. They are set up to load share. At this time we have 12 Inbound Lines for Dispatch

PBX Reporting needs Full Reporting capability with flexibility to customize own reports as needed, ability to have them scheduled to be emailed to a recipient.

For example, we have a dedicated ten digit tech helpdesk line. We would like to report how many calls are not answered by our techs and end up getting transferred into the dispatch center on that line. Also want to be able to report how many calls are answered by various technicians.

Special Training Needs Admin training to set up and adjust queues and reporting for system performance.

Hardware/equipment PSAP requests consideration for re-use

if compatible wish to re-use current handsets types listed above

Servers need replacement

Feature needs (ACD, Auto attendant, hot desking, IVR, etc)

Full Feature set that would include but not limited to hot/cold transfer, intercom, hold, flexible and customizable voice mail, with ability to schedule out of office greeting, ability to retrieve voice mail via email or cell phone attach. Hot Desking. Show extension busy before transfer. Flexible configuration for the ACD/IVR.

Section 3 – Other PSAP specific needs or options requested as part of the Proposal

Because we have a 311 line, we are very interested in how we can adjust the performance of that line. We currently have it coming into the Admin PBX and then transferring into 911. We want to bring this line directly into the911 solution and have the ability to set up outgoing voice recordings. The ability to QUICKLY, EASILY and even REMOTELY change this outgoing message is something we would be very interested in having. We would also like to be able to report how many times someone calls 311, listens to a recording and then opts to be transferred to

Page 25: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 7 of 22 CRESA Primary PSAP

another number based on the recording. For example: we set up the outgoing 311 message to say if you are reporting a power outage press 1, if you are calling about an animal complaint press 2 etc… We want to get a report on how many people press 1 and 2 respectively.

Page 26: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 8 of 22 CRESA Back Up Center

PSAP SPECIFIC INFORMATION

PSAP Instructions – complete one form for each location where you expect to have telephone equipment installed and operational, either as a primary site or a back-up site. This form is broken out into two sections – Section 1 covers 911 call taking positions and Section 2 covers phone equipment in the rest of the building. If the purchase of a PBX system is part of your project, this is where you will put all the information related to your PBX needs.

PSAP Name: CRESA-Back Up Center

Address: 11018 NE 51st Cir, Vancouver, Wa 98682

Primary or Back-Up site? Back-Up

Is this site a current Host or Remote site? Connected to the Host site at CRESA

Does this site require remote survivability? No

Section 1 – 911 Call Taking / Dispatch Floor Needs

Item PSAP Response

Comment

Logging Recorder in use Voice Print/Nice VPI by Nice 5.5.14336.2 CAD system in use Hexagon I/Dispatcher 9.3 MR6 – we are starting a

project to upgrade to 9.4 beginning next year, with a planned cutover December 2020. Include a cost estimate for migration to that upgraded CAD after cutover as part of this proposal.

PBX system in use Nortel Key system for Manual Backup Nortel system will be used should we use Network Connectivity.

MIS or other data share/export needs n/a see Primary PSAP Details Mapping – integrated with phone or not n/a see Primary PSAP Details Texting integration with phone sys n/a see Primary PSAP Details Other integrations n/a see Primary PSAP Details Primary 911Back Up Center call receiving seats

6 These are full functioning call taking seats using the full phone system as at the primary center.

Part time 911 Back Up Center call 6 6 manual desk sets that have capability to

Page 27: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 9 of 22 CRESA Back Up Center

receiving seats receive ANI/ALI when agent is logged in. Can also be used as LRO for Call Queue if Soft Sets not operational, but usually are only used for outbound calls otherwise. These are in our dispatch area of the backup center.

911 phone only call receiving seats 0 Back up 911 call receiving seats For the 6 call taking positions at the backup center, we

also have 6 desktop phones. They are the same 6 positions, but in case the normal phone solution isn’t working they can use these.

Those connected to xT911 are Aastra and have ability to receive ANI/ALI once an agent is logged in.

Training 911 call receiving seats n/a Wall Display needs 0

911 positions requiring radio/telephone integration (and single or dual jacks at each)

6 In the Radio room

Number of 911 admin positions – and their necessary features

1 – same one that is at CRESA Primary, not an additional one.

Need to have full administrator capability from the administrator position at the primary PSAP. Including Remote Desktop Permissions with all IP addresses listed. PSAP Wants control over Workstation Naming Convention

CAMA trunks 0 PRI lines 0 The Back Up center soft phones have access

to the PRI Circuits at the Primary PSAP for inbound/outbound calling

Admin lines n/a see Primary PSAP Details POTS lines n/a see Primary PSAP Details Ring-downs n/a see Primary PSAP Details Centrex n/a see Primary PSAP Details Fixed satellite lines n/a see Primary PSAP Details Door controls 0 Lightbars 6 Monitor configurations at each position 6-19” Touch Screens No Space to add additional or larger

Page 28: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 10 of 22 CRESA Back Up Center

monitors. Reporting needs n/a see Primary PSAP Details ANI/ALI format Phase II 30W Genovations Keypads 6-24 Key Programmable by PSAP Admin, dial pad must

be able to send dtmf tones to ivr being called for recognition--

Special Training Needs n/a see Primary PSAP Details Hardware/equipment PSAP requests consideration for re-use

Rack Space needed or available Open Racks Available Closed rack space available Power to racks All racks connect to UPS Power

Section 2 – PBX System Needs

Item PSAP Response

Comment

Connection to any existing PBX n/a see Primary PSAP Details Number and type of desk phones n/a see Primary PSAP Details Number and type conference phones n/a see Primary PSAP Details Satellite phones n/a see Primary PSAP Details Number of Incoming lines n/a see Primary PSAP Details PBX Reporting needs n/a see Primary PSAP Details Special Training Needs n/a see Primary PSAP Details Hardware/equipment PSAP requests consideration for re-use

n/a see Primary PSAP Details

Feature needs (ACD, Auto attendant, hot desking, IVR, etc)

n/a see Primary PSAP Details

Section 3 – Other PSAP specific needs or options requested as part of the Proposal

Page 29: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 11 of 22 TCOMM Primary PSAP

PSAP SPECIFIC INFORMATION

PSAP Instructions – complete one form for each location where you expect to have telephone equipment installed and operational, either as a primary site or a back-up site. This form is broken out into two sections – Section 1 covers 911 call taking positions and Section 2 covers phone equipment in the rest of the building. If the purchase of a PBX system is part of your project, this is where you will put all the information related to your PBX needs.

PSAP Name: TCOMM 911

Address: 2703 Pacific Ave SE Olympia, WA 98501

Primary or Back-Up site? Primary

Is this site a current Host or Remote site? HOST

Does this site require remote survivability? N/A – Is Host

Section 1 – 911 Call Taking / Dispatch Floor Needs

Item PSAP Response

Comment

Logging Recorder in use HigherGround CAD system in use CentralSquare (formerly Tiburon) CommandCAD v 2.9.2 PBX system in use xPBX (powered by Vodia) MIS or other data share/export needs Canned reporting, Data warehouse or ability to write our own

reports against call data, report scheduling and automated delivery, ad hoc and custom reporting

Mapping – integrated with phone or not Nice but not required, must be able to send location to CAD map Texting integration with phone sys Yes Other integrations Ali and position info to CAD and logging recorder Primary 911 call receiving seats 16 Part time 911 call receiving seats 0 911 phone only call receiving seats (0) Eventually all 16 positions will

have radio integration, all positions must integrate with a common headset

Back up 911 call receiving seats 0 Training 911 call receiving seats 0

Page 30: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 12 of 22 TCOMM Primary PSAP

Wall Display needs Ability to see who is logged in to which queues, what their current status is (available, busy, on call, etc), # of calls in queue waiting, large, easily readable fonts (adjustable)

911 positions requiring radio/telephone integration (and single or dual jacks at each)

16 – all have dual jacks, one listen only

Number of 911 admin positions – and their necessary features

?

CAMA trunks 0 PRI lines 2 – fault tolerant PRI circuits handling ~100 DID numbers, all

outgoing calls. Mediant 1000 gateways are currently used

Admin lines 5 “Admin” type queues on 911 phone system POTS lines 0 on 911 system (See PBX below) Ring-downs 2 – WSP and Custom Alarm Centrex 0 Fixed satellite lines 0 Door controls 0 on 911 system (See PBX below) Lightbars 0 Monitor configurations at each position 1 – 23” phone, 1-23” radio, 1 – 43” CAD, 1 – 22” CAD Map Reporting needs See MIS above, automated custom reports are desired ANI/ALI format XML Parsing TBD by each psap Genovations Keypads Yes Special Training Needs Hardware/equipment PSAP requests consideration for re-use

Headset jacks, ethernet cabling,

Rack Space needed or available TCOMM needs a new 42U rack Power to racks 2 - 20a circuits with UPS protection – NEMA L5-20R twist lock

Section 2 – PBX System Needs

Item PSAP Comment

Page 31: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 13 of 22 TCOMM Primary PSAP

Response Connection to any existing PBX No Vendor will be expected to replace existing

vodia pbx servicing all admin phone and duplicate all current settings to include extensions, hunt groups, auto attendants, dialing rules, call routing, etc.

Number and type of desk phones 55 – Snom 820 IP phones Number and type conference phones 1 – Snom meetingpoint Satellite phones Number of Incoming lines 2 fault tolerant PRI with ~100 DID, currently have 2

mediant 1000 gateways with 7 FXS (28 ports) and 1 FXO (4 ports) *Documentation on current config will be provided to vendor

NOTE: 3 FXS ports have DID numbers for fax machines, the other 25 are outbound dialing only.

PBX Reporting needs Ad hoc reports, custom reports, search for numbers dialed, length of calls, number of outgoing calls, report scheduling and automated delivery. Would be nice to have a ‘data warehouse’ with info from both 911 and pbx switches

Special Training Needs Hardware/equipment PSAP requests consideration for re-use

Develop a detailed plan about how to go live with current phones and potentially swap in new phones after go live. PBX interfaces with 2 VALCOM door controllers accessible by dialing x3828 and x3829

Feature needs (ACD, Auto attendant, hot desking, IVR, etc)

Must have auto attendant and hunt group/ring group at go live. Remote call forwarding and voice mail retrieval is desired.

Section 3 – Other PSAP specific needs or options requested as part of the Proposal

Page 32: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 14 of 22 TCOMM Backup Center

PSAP SPECIFIC INFORMATION

PSAP Instructions – complete one form for each location where you expect to have telephone equipment installed and operational, either as a primary site or a back-up site. This form is broken out into two sections – Section 1 covers 911 call taking positions and Section 2 covers phone equipment in the rest of the building. If the purchase of a PBX system is part of your project, this is where you will put all the information related to your PBX needs.

PSAP Name: TCOMM Backup Center (Lacey Fire Station 31)

Address:1231 Franz St SE Lacey, WA

Primary or Back-Up site? BACKUP

Is this site a current Host or Remote site? Remote

Does this site require remote survivability? No

Section 1 – 911 Call Taking / Dispatch Floor Needs

Item PSAP Response

Comment

Logging Recorder in use None CAD system in use CentralSquare (formerly Tiburon) CommandCAD v2.9.2 PBX system in use Nortel Option 11c MIS or other data share/export needs N/A Mapping – integrated with phone or not N/A Texting integration with phone sys N/A Other integrations N/A Primary 911 call receiving seats N/A Part time 911 call receiving seats N/A 911 phone only call receiving seats N/A Back up 911 call receiving seats 5 Training 911 call receiving seats N/A Wall Display needs N/A 911 positions requiring radio/telephone integration (and single or dual jacks at each)

N/A

Page 33: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 15 of 22 TCOMM Backup Center

Number of 911 admin positions – and their necessary features

N/A

CAMA trunks N/A PRI lines N/A Admin lines N/A POTS lines 10 DID POTS lines Ring-downs N/A Centrex N/A Fixed satellite lines N/A Door controls N/A Lightbars N/A Monitor configurations at each position N/A Reporting needs N/A ANI/ALI format N/A Genovations Keypads N/A Special Training Needs N/A Hardware/equipment PSAP requests consideration for re-use

TCOMM would like to find out if it is possible to re-use the existing AAstra phones at our backup center. Otherwise, for the purposes of this phone system, our backup center will remain as is with no vendor hardware or input required.

Rack Space needed or available N/A Power to racks Yes

Section 2 – PBX System Needs

Item PSAP Response

Comment

Connection to any existing PBX N/A Number and type of desk phones 5 – Aastra (if able to reuse hardware) Number and type conference phones N/A

Page 34: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 16 of 22 TCOMM Backup Center

Satellite phones N/A Number of Incoming lines 10 POTS LINES PBX Reporting needs N/A Special Training Needs N/A Hardware/equipment PSAP requests consideration for re-use

TCOMM Would like to know how much it would cost to put an Asterix pbx at our backup center with IP phones using the 10 POTS lines

Feature needs (ACD, Auto attendant, hot desking, IVR, etc)

Section 3 – Other PSAP specific needs or options requested as part of the Proposal

Page 35: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 17 of 22 RiverCom Primary PSAP

PSAP SPECIFIC INFORMATION

PSAP Instructions – complete one form for each location where you expect to have telephone equipment installed and operational, either as a primary site or a back-up site. This form is broken out into two sections – Section 1 covers 911 call taking positions and Section 2 covers phone equipment in the rest of the building. If the purchase of a PBX system is part of your project, this is where you will put all the information related to your PBX needs.

PSAP Name: RiverCom 911

Address: 140 South Mission Wenatchee WA. 98801

Primary or Back-Up site? Primary

Is this site a current Host or Remote site? Host

Does this site require remote survivability? Yes

Section 1 – 911 Call Taking / Dispatch Floor Needs

Item PSAP Response

Comment

Logging Recorder in use Nice CAD system in use Spillman PBX system in use ShoreTel MIS or other data share/export needs Integrated with TCS phone system Mapping – integrated with phone or not No Texting integration with phone sys No Other integrations CAD, voice recorder and GIS server Primary 911 call receiving seats 11 Part time 911 call receiving seats 0 911 phone only call receiving seats 0 Back up 911 call receiving seats 0 Training 911 call receiving seats 0 Wall Display needs We have one and never did get much out of it 911 positions requiring radio/telephone integration (and single or dual jacks at each)

11

Page 36: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 18 of 22 RiverCom Primary PSAP

Number of 911 admin positions – and their necessary features

All positions need to be able to be admin positions

CAMA trunks 0 PRI lines 2 Admin lines 15 POTS lines 0 Ring-downs 1 Centrex 0 Fixed satellite lines 0 Door controls Yes Lightbars Yes Monitor configurations at each position Yes Reporting needs Reports to monitor answer time and many other things ANI/ALI format XML Genovations Keypads Yes Special Training Needs Ability to monitor trainees Hardware/equipment PSAP requests consideration for re-use

None, we request all new.

Rack Space needed or available I have half a rack available Power to racks I need to know how much you need. Power is tight.

Section 2 – PBX System Needs

Item PSAP Response

Comment

Connection to any existing PBX ShoreTel Number and type of desk phones 12 IP420 Number and type conference phones 1 IP655 Satellite phones 0 Number of Incoming lines 23 PBX Reporting needs Yes

Page 37: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 19 of 22 RiverCom Primary PSAP

Special Training Needs Initial training Hardware/equipment PSAP requests consideration for re-use

The IP420 and IP655 can be reused

Feature needs (ACD, Auto attendant, hot desking, IVR, etc)

Voice mail and some kind of desk computer control.

Section 3 – Other PSAP specific needs or options requested as part of the Proposal

Page 38: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 20 of 22 Wahkiakum Primary PSAP

PSAP SPECIFIC INFORMATION

PSAP Instructions – complete one form for each location where you expect to have telephone equipment installed and operational, either as a primary site or a back-up site. This form is broken out into two sections – Section 1 covers 911 call taking positions and Section 2 covers phone equipment in the rest of the building. If the purchase of a PBX system is part of your project, this is where you will put all the information related to your PBX needs.

PSAP Name: Wahkiakum County

Address: 64 Main St., Cathlamet, WA

Primary or Back-Up site? Primary

Is this site a current Host or Remote site? Remote

Does this site require remote survivability? Yes

Section 1 – 911 Call Taking / Dispatch Floor Needs

Item PSAP Response

Comment

Logging Recorder in use Revcord Change needed in near future CAD system in use EIS PBX system in use Avaya MIS or other data share/export needs Comtech currently Mapping – integrated with phone or not Integrated in CAD Texting integration with phone sys EMedia (stand alone-not integrated currently) Other integrations N/A Primary 911 call receiving seats 3 Part time 911 call receiving seats 0 911 phone only call receiving seats 1 Back up 911 call receiving seats 0 Training 911 call receiving seats 0 Wall Display needs N/A 911 positions requiring radio/telephone integration (and single or dual jacks at each)

Yes, and Dual Jacks

Page 39: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 21 of 22 Wahkiakum Primary PSAP

Number of 911 admin positions – and their necessary features

0

CAMA trunks 4 PRI lines 0 Admin lines SIP Trunks from PBX POTS lines Yes From PBX Ring-downs 0 Centrex Fixed satellite lines Yes From PBX Door controls N/A Lightbars 2 Monitor configurations at each position Currently 1 Reporting needs Yes ANI/ALI format Genovations Keypads Yes Special Training Needs On Site Hardware/equipment PSAP requests consideration for re-use

0

Rack Space needed or available Available Power to racks In place

Section 2 – PBX System Needs

Item PSAP Response

Comment

Connection to any existing PBX Yes, Avaya Number and type of desk phones 0 Number and type conference phones 0 Satellite phones 0 Number of Incoming lines 0 PBX Reporting needs 0

Page 40: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Page 22 of 22 Wahkiakum Primary PSAP

Special Training Needs Hardware/equipment PSAP requests consideration for re-use

Feature needs (ACD, Auto attendant, hot desking, IVR, etc)

Section 3 – Other PSAP specific needs or options requested as part of the Proposal

Page 41: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Complete each tab by identifying if the product fully meets the item (Y), does not meet (N),or partially meets or other criteria (O)Add notes to the comment column to support the answer or provide additional information. All answers will be summarized below.

PBX Total 36Yes 0No 0Other 0Unanswered 36

MIS Total 12Yes 0No 0Other 0Unanswered 12

Multi-Media Total 7Yes 0No 0Other 0Unanswered 7

NG Functionality Total 10Yes 0No 0Other 0Unanswered 10

IVR Total 15Yes 0No 0Other 0Unanswered 15

Trunks & Queues Total 17Yes 0No 0Other 0Unanswered 17

ALI Database Total 14Yes 0No 0Other 0Unanswered 14

Call Formats Total 10Yes 0No 0Other 0

Unanswered 10

Attachment D

Page 42: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Tech Specs Total 3Yes 0No 0Other 0Unanswered 3

Sys Admin/Maint Total 12Yes 0No 0Other 0Unanswered 12

Future Expansion Total 5Yes 0No 0Other 0Unanswered 5

Functions & Features Total 38Yes 0No 0Other 0Unanswered 38

Interfaces & Standards Total 31Yes 0No 0Other 0Unanswered 31

Page 43: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

PBX functional requirements Y/N/O CommentsPBX-1 Proposed system must be compatible with the following PBX Interfaces:

AnalogT1ISDN-PRI with or without QsigSIP over Ethernet

PBX-2 The system must have a built-in site/agency configurable voice messaging system that will inform each user when they have a message waiting via message waiting light, email, or other method of notification and be configured to support a defined memory capacity.

PBX-3 The solution must include a PBX soft switch to support the required emergency 10-digit option for citizen reporting, and administrative telephone requirements at each location. The system must have an intercom capability and recorded announcement capabilities that is customer configurable.

PBX-4 If Administrative PBX is involved in handling NG9-1-1 calls, then processing of administrative tasks shall not affect the performance of the emergency services.

PBX-5 Interactive Media Response is provided with PBX system to allow for call answer.

PBX-6 Ability to program system to leverage Virtual Hold TechnologyPBX-7 On Site Administrators must be able to configure IVR/ACD. Assistance available when needed

PBX-8 Call Center Capability-Ability for Multi Call Anserining center that can scale from 1-20 positions per site as needed, with log in, and not attached to the 911 Call Answering solution

PBX-9 Scalable call time out values with a maximum higher than 120 secondsPBX-10 Abiltiy to configure Agent Groups, Auto Attendent/IVR, Prompt greetings that can be set by, mut not limited to:

Schedule, Holiday Rules, Emergency Rules, Impromptu Greetings as necessary to be recorded from any handset

PBX-11 On Site Administrators Must be able to configure Voice Mail Boxes as necessary Assistance available when needed

PBX-12 On site and remote access to check VoicemailPBX-13 Voicemail Hot deskingPBX-14 Prompts for the user to configure voice mail optionsPBX-15 Ability to deliver Voice Mail via .wav or other audio format by email or text if configured, and can be cconfigured by user/extension

PBX-16 Ability to add voice mail boxes for extensions that do not have handsets attachedPBX-17 On Site Administrators must be able to configure Add/Delete/Change Extensions as necessary Assistance available when needed

PBX-18 Ability to purchase phone sets off the shelf, ability to use existing hand sets would be preferred - see PSAP Detail sheets for handset specifics.

PBX-19 Phone Options prompted for users, ability to turn of prompts if not needed PBX-20 Configure call pick up from multiple extension locations. PBX-21 Displays that allow to see if other lines are busy/on DNDPBX-22 Ability to add Epansion Module for Reception SetsPBX-23 Ability to Transfer, Park/Hold conference incoming and outbound callsPBX-24 Caller ID from incoming callsPBX-25 Abiltiy to Configure System ContactsPBX-26 Abiltiy to Configure User ContactsPBX-27 Ability to customize ringers

Page 44: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

PBX-28 Abiltiy to send call to voice mail after ringingPBX-29 Ability to place an extension into Do Not DisturbPBX-30 Ability to add Conference SetsPBX-31 PBX Softphone system capable of running on a virtual serverPBX-32 Ability to schedule voice mail greetings (for managing out of office for examplePBX-33 Ability to add phone sets after initial install, configure buttons and customize displaysPBX-34 Ability to handle multiple agent queues, auto attendents and IVRs. Identify the minimum number of queues required.PBX-35 Ability to record calls as needed, recall recordings from a handset or authorized PCPBX-36 Ability to use a "," to inject a pause into a phone number in contacts

Page 45: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Management Information Systems (MIS) Requirements Y/N CommentsRPTS-1 The system must provide a comprehensive integrated MIS solution that allows site/agency

staff to report on real time as well as historical statistics.RPTS-2 The system, including MIS shall permit customization of the user interface on a customer

and per user basis including screen layout, colors, and fonts.RPTS-3 The system must provide the ability to customize standard canned reports to tailor the

output as the PSAP requires as well as provide the ability to generate custom reports. Reports must be able to be saved and run again at a later time.

RPTS-4 The system shall provide the ability to schedule reports to be run at specified times and have a method of auto delivery of scheduled reports via email, and provide the ability to run dynamic parameters such as previous day, previous full month, previous year, etc.

RPTS-5 The MIS solution must be user programmable to allow for partitioning of remote PSAP's management information that is retrievable via a secure method by only the PSAP receiving the calls.

RPTS-6 The MIS solution must support multiple customers and show site specific information.

RPTS-7 Outgoing calls that are not connected show the date and time the call was initiated.

RPTS-8 Comprehensive Call Detail Record (CDR) data must be able to be exported to an archive database for an external MIS to consume.

RPTS-9 Reports on TTY events inbound and outbound from the systemRPTS-10 Reporting available on individual queues, queue groups, agent groups, and lines

RPTS-11 PBX admin call reporting availableRPTS-12 Reporting computations are derived from metrics in NENA-STA-019.1.2018 - NENA NG911

Call Processing Metrics

Page 46: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Multi-Media Requests for Assistance Y/N CommentsMM-1 The system architecture must support requests for assistance where multi-media is

attached to the call, other than simply voice. Vendor must describe how the system supports multi media requests and describe industry testing for such requests including:

MM-2 Traditional analog or digital telephone callsMM-3 Wireless calls in compliance with the Federal Communications Commission (“FCC”) Phase I

and Phase II mandate for full call integration.MM-4 Voice Over IP (VoIP) in native (SIP) format in compliance with all currently adopted NG9-1-

1 standardsMM-5 Short Messaging System (“SMS”) messaging (Cellular Text), video and photo messaging

services and other applicable technologiesMM-6 Instant Messaging (IM)MM-7 Voice Over IM

Page 47: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Next Generation Functionality Y/N CommentsNGF-1 The system shall deliver true NG9-1-1 functionality as envisioned by U.S. Department Of

Transportation (“USDOT”), NENA and others). Agencies require that the system be compliant with standards of industry associations, regulatory bodies, carriers and vendors. Vendor must describe how the system will comply with standards as they exist at the time of proposal for such core NG9-1-1 functions as:

NGF-10 If an emergency call has been alternate routed from another PSAP, the call taker will receive indication of the rerouting including the reason.

NGF-11 Ability to send notice of mis-route digitally to db manager for correction.NGF-12 Functional Elements in the solution allow each site/agency to have it's own policies,

including security policies.NGF-13 Functional Elements in the solution allow each site/agency to control access to

configuration data specific to that site/agency.NGF-14 Functional Elements in the solution do not allow the provisioning of an site/agency to

affect the provisioning of another site/agency.NGF-15 The solution accomplishes the functionality for call handling described in NENA/APCO REQ-

001.1.2-2018, Next Generation 9-1-1 Public Safety Answering Point Requirements Section 2.6 Communications Functional Elements

NGF-16 The solution meets the requirement described in NENA/APCO REQ-001.1.2-2018, Next Generation 9-1-1 Public Safety Answering Point Requirements Section 2.5.4 PSAP Administrave PBX

NGF-17 A call that is being transferred to another PSAP Is not lost if the originating PSAP disconnects before the receiving PSAP answers

NGF-18When location information is received in the PIDF-LO, the system will include this information in place of the ALI information historically displayed. When the location information contained in the PIDF-LO is LbyR, the system shall deference the information and display the received results to the dereference query.”

Page 48: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Integrated Voice Recording Y/N CommentsVR-1 In addition to standard contacts for external call recorders, the workstation shall have a

built-in and integrated call recorder as per the following definitions:

VR-1a a. Built-in – The call recording functionality shall be accessible on-screen via the workstation’s GUI (Graphical User Interface).

VR-1b b. Integrated – Individual recordings shall be accessible via their associated on-screen call records. In other words, the relationship between a given call event, the ALI, and associated audio recording is clearly displayed.

VR-1c c. Depending on permissions stations are able to review their own calls or those from other work stations.

VR-1d d. Recordings include all call and media types answered or made in the system (voice, text, video etc.)

VR-2 The system shall have the ability to play pre-recorded system announcements to incoming callers and have separate recordings for each incoming line and queue for both 911 and admin or PBX lines. Perhaps using an Interactive Media Response FE.

VR-3 Supervisor can review, over write, or delete staff outgoing recordings.VR-4 Supervisor can override any outgoing recording on any line or queue, system wide, in cases

of major events.VR-5 Call takers must have the ability to retrieve and replay their last 10 calls from the

workstation, at a minimum.VR-6 System shall be fully compatible with industry standard VoIP and analog recording solutions

VR-7 System must be adaptable to other logging recording system meeting NG9-1-1 Standards

VR-8 System must incorporate a 2 single headset solutions that allows a dispatcher to hear and speak on both phone and radio audio through the single headset.

VR-9 The system must provide a monitor/listen only headset jack at each 9-1-1 workstation that is capable of monitoring both phone and radio audio simultaneously.

VR-10 The system must be capable of supporting non-proprietary IP phones, digital phones, and data lines requiring a dial and ring tone (voice and tone activated IVR, fax machines, modems, and other legacy analog devices).

VR-11 System must provide instant play back feature of calls to the call receiver; allows call receiver the ability to playback the entire 911 call over the phone to an officer or at the work station over a speaker.

Page 49: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Intelligent Distribution of 9-1-1 Trunks and Lines with Queue Status Y/N Comments

Q-1 The Telephony Solution must be capable of providing intelligent call distribution of 9-1-1 trunks and administrative lines. The Automatic Call Distribution (ACD) must allow for various routing options, including the following at minimum:

Q-1a a. The capability to route the call that has been waiting the longest to the first available operator (longest idle)

Q-1b b. The capability to ring all answering positionsQ-1c c. Linear Q-1d d. CircularQ-1e e. Multiple QueuesQ-1f f. Refuse CallQ-1g g. Control DNDQ-1h h. OverflowQ-1i i. Based on any available information in the signaling message, for example language

preference.Q-1j j. Multiple combinations of each option aboveQ-2 The system shall be configurable to allow call takers to bypass ACD assignment and answer

any ringing 9-1-1 call directly. Permission to change this feature can be assigned on a per user basis.

Q-3 The system shall allow supervisors and/or call-takers to view real time, concise ALI information of all 9-1-1 calls in queue at the PSAP as well as position status of each workstation from any workstation

Q-4 The system shall allow supervisors and/or call-takers to view real time, concise ALI information of all 9-1-1 calls in queue at the PSAP as well as position status of each workstation from wall mounted reader board

Q-5 The system shall allow supervisors to view the status of each call taker positions and what queue(s) or roles they are logged into

Q-6 Presents the status of the following: Number of Active 9-1-1 Calls, Number 9-1-1 Calls on Hold, Number of 9-1-1 Calls Ringing, Number of Active Call Takers, Ring time performance compared to Site specified standard (NENA, NFPA or other standard)

Q-7 CPE returns a 200 OK message when a call is placed into a Queue at the PSAP.

Page 50: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

ALI Database Access Y/N CommentsALI-1 The NG9-1-1 Telephony Solution shall provide two output interfaces to the ALI retrieval

system and have an auto and manual ALI re-bid capability.ALI-2 Automatic ALI rebid timing set by site by site administrators.ALI-3 Describe how the system reports incorrect ALI information to technical staff.ALI-4 ALI requests shall be made immediately after ANI has been decoded. (Systems that wait

for the call taker to go off-hook before sending requests for ALI will not be considered.)

ALI-5 In addition to legacy ALI database access, the proposed system shall also natively support XML-ALI based information (PIDF-LO)

ALI-6 Describe how/if the solution transitions PIDF-LO information into legacy MSAG locations for delivery to call taker interface and CAD through interface.

ALI-7 If the received ALI is unclear or incomplete, a call taker must be able to command the system to repeat the request to the database.

ALI-8 Manual requests of ALI shall be available for a call taker-entered ANI.ALI-9 Manual requests can be configured with site specific fields required i.e. Reason field.

ALI-10 The system shall provide the ability to display ALI information or available additional data about a call, caller or location to the call-taker before the call is answered. ANI/ALI information and additional data about a call, caller or location must be transferred with the call when a call is transferred to another dispatch position, or to another PSAP. ALI rebids must be capable of having different timers for each site/agency.

ALI-11 ALI and additional location data is displayed with certainty radius and both are delivered to CAD.

ALI-12 When a 9-1-1 call is received, the ANI controller shall accept multi-frequency codes extended from the Central office and decode the calling telephone number and display it on the screen associated with the answering call taker’s position for both 9-1-1 and Calling Line Identification (CLID) for administrative lines.

ALI-13 Immediately thereafter, the ANI controller shall automatically extend the 9-1-1 calling number data to the ALI computer. Then, the ALI information shall display the caller’s address with the ANI. Systems that wait to retrieve ALI until the call is answered are not acceptable.

ALI-14 ANI/ALI display can be customized and include NG911 PIDF information as it becomes available.

Page 51: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Call Formats Y/N CommentsCF-1 The proposed system shall have the demonstrated ability to effectively manage and

process a variety of different call formats, identify current and/or future ability to manage the following:

CF-1a a. Traditional analog or digital telephone callsCF-1b b. Wireless calls in compliance with the FCC Phase I and Phase II mandate for full call

integrationCF-1c c. Voice over IP in native (SIP) format in compliance with NENA-STA-010.2-2017, NENA i3

Standard for Next Generation 9-1-1CF-1d d. Real Time TextCF-1e e. Text to 911CF-1f f. Text from 911CF-1g g. Video calls to 911 maintaining 30 frames per second video if offered by the sender with

minimum resolution of 720p (1280 x 720 pixels,progressive, at 30 frames per second); ideal resolution of 1080p30,1080p50, or 1080p60 (1920 x 1080 pixels, progressive, at 30, 50,or 60 frames per second, respectively)

CF-1h h. Other call formats (non-interactive or advanced automatic crash notification calls for example)

CF-2 Automatic TDD/TTY answering system shall be provided system-wide that is utilized by each call-taking position. The system shall be capable of transferring and/or conferencing a TDD/TTY call. The system must allow users to store and access a minimum of 20 pre-programmed TDD/TTY messages and print the previous TDD/TTY conversations.

Page 52: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Technical Specifications Y/N CommentsTS-1 The system shall be engineered to provide system-wide availability of 5-9’s. The vendor

shall describe the architecture employed to achieve this. In addition, the vendor shall describe all mechanisms/functionality which ensures system survivability, along with the steps/procedures for disaster mitigation/recovery. E.g., virtual servers and restoral through “snapshots”.

TS-2 As-built information will be provided including configuration diagrams, subnet plans and implementation punch lists. Documentation must show: hosted CPE locations and configuration, hosted CPE connectivity and redundancy, ESInet system connectivity,IP addresses for all connected telephony devices and servers, all sys admin users and passwords, equipment and hardware components that represent a potential access point to the network that could present vulnerability.

TS-3 Quotes for system must be separated by site/agency.

Page 53: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

System Administration and Maintenance Y/N CommentsAM-1 The system shall have call monitor/observe functionality.AM-2 The system must provide alarming capabilities for any element of equipment or network

failure to the vendor, and PSAP supervisory and site/agency IT staff. Ability to notify via automated call, text or email to multiple separate contacts.

AM-3 All System hardware that is “off the shelf” must have a 5 year support agreement from the hardware vendor, with 4 hour onsite parts replacement.

AM-4 Vendor will quote price for recommended critical spare parts.AM-5 Solution proposed works with off the shelf hardware and agencies can purchase own

hardware based on minimum/optimal specifications provided by Vendor.

AM-6 Detail any limitations to different sites using differing hardware. For example a new site comes on the system, can they purchase new workstations that do not match those of other sites or must all sites upgrade to same configurations.

AM-7 The system shall be equipped to run self-diagnostic programs and to automatically report any error via audible and visible alarms. In addition, system should provide an external trigger that may be used to initiate other notification systems such as texting, paging or email systems.

AM-8 The system programming must include automatic diagnostic routines and the automatic notification of any system errors to both the normal system maintenance staff as well as identified site/agency staff.

AM-9 Vendor must detail how Tier 1 maintenance support is provided by site/agency staff (onsite training of staff, etc)

AM-10 Identify any other shared functional elements that the solution can be co-installed with (Phone application can be installed on a CAD workstation if it meets the system requirements) - and list any special requirements for doing so.

AM-11 The system shall use standard Ethernet LAN cabling between call handling positions and common equipment.

AM-12 Direct communication to support techs for admins requiring next level support - instant messaging or other fast and easy method for example.

Page 54: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Future Expansion Y/N CommentsFP-1 Proposed system must be expandable (without adding controllers or an additional rack or

backroom also known as a forklift upgrade) to accommodate growth from current capacity. System expandability should support potential for expanding to serve new PSAPs without necessity for additional hardware at host sites. Identify full number of stations/calls or other capabilities the system, as quoted, can expand to without additional racks, servers etc. at hosting sites

FP-2 Define expansion capabilities and benefits of the proposed solution.FP-3 Upgrades are backward compatible.FP-4 Describe how your company approaches or has approached changes to parent companies/

buy-outs. The agencies have experienced difficulties with current vendors being bought out with costly and unwanted change requirements. How will you combat this in the future?

FP-5 Describe your update methodology - for example how often do you push out new releases, fixes etc

Page 55: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Control Functions and Software Features Y/N CommentsFF-1 System allows users to log into any workstation with the same credentials and then select

a "role" or "queue group" or multiples of such to log into.FF-2 If there is no identified role defined for the user a default layout is presented.

FF-3 Able to make an outgoing call if the user is not logged into a queue.

FF-4 Able to make an outgoing call if user is busied.

FF-5 Incoming 911 call doesn't override when trying to make an outgoing call.

FF-6 Describe any audible and visual signals which are available for incoming calls. Describe how calls are presented to a workstation and the ability of the user or administrator to configure these.

FF-7 System must have the ability for a supervisor, or other authorized user or position, to remotely monitor another call taker position without the knowledge of the person being monitored; the system must also allow the monitoring party to be able to “take over” or barge in to the call if needed.

FF-8 If requested, system must be touch screen capable, but must also be able to use the Genovation-type external keypad for dialing, hanging up, putting calls on hold, etc. Genovations Keypad is configurable by local site administrators.

FF-9 If integrated map is used system it allows calls to be displayed and controlled (answered, held, hung up etc) on the map.

FF-10 System should provide 3-digit transfers to other cities/counties in Washington State; and customized selection of various other agencies police/fire agencies.

FF-11 Describe customer programmable (without network or Tier 1-3 support) ACD capabilities the system includes.

FF-12 The proposed system must have the ability to record, recall and play back at the minimum the last 30 minutes or the previous 20 calls at each workstation, whichever is greater.

FF-13 The system must have a dedicated abandoned call button and separate abandoned call queue and support distinctive ringing for abandoned calls.

FF-14 The system must be capable of conferencing a minimum of four (4) parties.FF-15 The system must provide a hold function that makes it possible for any 9-1-1 call taker to

retrieve a call put on hold by another call taker. ANI/ALI information and additional data about a call, caller or location must be handed to whoever retrieves the call.

FF-16 Calls on hold show hold time, workstation last putting the call on hold and have an optional visual and audible hold reminder.

FF-17 Call takers must have the ability to put a call on hold such that only they can retrieve it. Placing calls on hold must not be limited in the number of calls placed on hold or parked by the software, but rather be based on system capacity (IE available trunks/lines).

Page 56: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

FF-18 Speed dial lists must be site/agency configurable and accessible from every workstation. Speed dial should be a one click or button operation. Speed dials must be able to be grouped into categories. Speed dials should be context sensitive such that a single speed dial button will perform different functions based on the current state of the call taker’s CTI application (Idle 9-1-1 etc.).

FF-19 Ability to export and upload data from csv, XML (for contact lists for example)FF-20 The speed dial library must allow users to search for an entry by typing the first few letters

of the entry to narrow down results, and must be capable of having separate lists for each site/agency.

FF-21 Ability to assign permissions at the user level to allow for updates to the list.FF-22 Proposed system must support multiple call queue configurations.FF-23 System is able to return a fast busy when a queue has reached a designated maximum

number of calls.FF-24 Able to prioritize incoming calls by queue and longest ring time.FF-25 The system shall support the ability to transfer as required. The system must support pre-

programmable intelligent transfer functionality. Including ability to populate a list of responding agencies by discipline based on the ALI information or ESN presented at the PSAP.

FF-26 The NG9-1-1 Telephony Solution shall enable call-takers to perform one-button callback for any call type.

FF-27 System must provide a maximum of 2 button transfer of 911 calls to a common bank (park function); Allowing another telecommunicator to pick up the call; or the same telecommunicators to retrieve the call.

FF-28 System must indicate who “owns” the parked/held call; currently the parked call has an identifying arrow next to the held line. Combined “Park” should identify the call receiver position number or another proposal to easily and quickly ascertain who placed the call on “park”.

FF-29 System must allow multiple “park” lines to allow multiple 911 calls, as well as, multiple business lines, to be placed into “park” to allow the call receiver the ability to prioritize based on emergency of the caller.

FF-30 System button configuration must be customer definable and be able to accommodate a growing need for buttons for the future.

FF-31 System must be able to house employee phone numbers in an easily accessed format for calling with minimal effort.

FF-32 Must be able to transfer call to another PSAP inside or outside the state via predefined "star codes" or 10 digit number. When using star code transfers, location Information must be transferred with the call (selective transfer)

FF-33 System must have one-button transfer, call back, and blind transfer capabilityFF-34 System must have independent microphone level and volume adjustments that are saved

in the user profile

Page 57: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

FF-35 System must have a phone number history search capabilityFF-36 Users must be able to adjust the size of the font for windows and tabs and setting must be

saved in the user profile and follow user regardless of which workstation they are using

FF-37 Users must be able to configure the layout of the graphical user interface 'windows' and window size and positions must be saved to user profile and follow user regardless of which workstation they are using, flexability by site to allow or disallow this functionality.

FF-38 When making calls to a phone system that has automatic Media Answering system can recognize and send appropriate tones for system to accept input.

Page 58: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

Interfaces and Standards Y/N CommentsIS-1 Describe company's involvement in standard making processes and roadmap to ensure

solution continues to evolve as standards evolve.IS-2 Vendor acknowledges that proposers understand call handling, incident handling and

dispatch functional elements and their solutions are prepared or are preparing to implement the standards related to these. This includes but is not limited to:NENA-STA-010.2-2017, NENA i3 Standard for Next Generation 9-1-1ANS CANDIDATE NENA-STA-010.3-20YY, NENA i3 Standard for NG 9-1-1NENA/APCO-REQ-001.1.2-2018, Next Generation 9-1-1 Public Safety Answering Point RequirementsNENA-STA-012.2-2017, NENA Standard for NG9-1-1 Additional DataAPCO/NENA 2.105.1-2017 EIDDNENA-STA-019-2018, NG9-1-1 Call Processing Metrics Standard

IS-3 The solution must be compliant with all applicable standards, requirements and specification, including but not limited to: ULIETFIEEE

IS-4 The solution must include options for industry standard telephones and be compatible with Voice Recording via IP.

IS-5 The solution MUST meet or exceed all currently adopted NG9-1-1 Standards and be capable of communicating directly with multiple IP selective routing and/or SIP trunk solutions.

IS-6 The NG9-1-1 Telephony Solution shall have the capability to provide a digital T1 (DS1 standard) and/or ISDN-PRI interface for 9-1-1 trunks and administrative lines. For T1s, this must be a direct connect T1 without the requirements for separate analog channel bank equipment. For ISDN-PRI, all relevant features, including Feature Group D, shall be supported. Must be capable of supporting single or dual spans. Must be capable of supporting a mix of T1 and ISDN-PRI on the same hardware.

IS-7 Proposed system must process messages internally with a native SIP design. That is, it must send and receive real-time sessions internally as a SIP proxy.

IS-8 Proposed system must be Session Initiation Protocol (SIP) standards compliant.

IS-9 Proposed system must provide the following telephony interfaces; state your ability to provide each:

IS-9a a. CAMA (analog and T1) IS-9b b. Loop Start (analog and T1) IS-9c c. PRI (T1/E1 with or without QSig interface for PBX interconnect to other PBXs)

IS-9d d. Ground StartIS-10 Ability to pull and connect to hardwired satelite line.IS-11 The following incoming telephony interfaces shall be supported:IS-12 a. Telephone Line InterfaceIS-13 b. Ring Down Line InterfaceIS-14 c. E9-1-1 CAMA Analog TrunkIS-15 d. Digital T1 InterfaceIS-16 e. ISDN Primary Rate InterfaceIS-17 f. Enhanced MF Signaling InterfaceIS-18 g. Direct IP Telephony InterconnectionIS-19 h. Hardwired Sat Phone ConnectIS-20 i. In house PBX Interface

Integrates with RapidSOS (if yes, describe how the integration works)

Page 59: `REQUEST FOR PROPOSALS...– CRESA reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors

IS-21 If applicable, describe how the system integrates with other additional data about a call, caller like Smart911

IS-22 Vendor must connect to State ESInet via SIP following the ESInet-PSAP SIP Interface Control Document.

IS-23 Integrated texting solution must be site/agency specific - some sites may integrate and others may not.

IS-24 If Site elects to integrate Vendor must integrate following the specifrications in MSRP Text to 9-1-1 Guide for PSAPS.

IS-25 Any quoted price must include costs associated with connecting to ESInet for SIP and MSRP if elected by the site.

IS-26 The system must be capable of synchronizing to a network time protocol (NTP) source. In the absence of an NTP source, the system shall remain internally synchronized (common equipment and call handling workstations will be synchronized to the common equipment time).

IS-27 Ability to send message to relay that can activate other devices (lights, sounds etc)