Loading...
HomeMy WebLinkAboutAgenda Report - September 18, 1991 (67)of CITY OF LODI COUNCIL COMMUNICATION AGENDA TITLE: Request for Proposal for Telephone System Upgrade NfEE TU DATE: September 18, 1991 PREPARED BY: Assistant City- Manager RECOMMENDED ACTION: That the City Council approve the Request for Proposal for the City's telephone system upgrade and authorize dissemination of the Request for Proposal to interested parties. BACKGROUND INFORMATION: The Request for Proposal, as prepared by Northern California Communications Network, will provide the equipment and services necessary to upgrade the City's telephone system to a mrh needed capacity. Items to be bid upon include the following. • upgrade main switch in the Public Safety Building; • install a new PBX at the Municipal Service Center; • voice mail; • key systems for White Slough, Parks & Recreation, and Hutchins Street Square; and • maintenance contract for entire phone system A copy of :he RFP will be delivered to Council Members prior to the Council meeting of September 18. FUNDM - Operating Budget - Mater Capital - Sewer Capital - Electric Capital - Capital Outlay Reserve Respectfully submitted, t k n t fig Manager A istant City h JLG:br Prepared by Janet S. Keeter Administrative Assistant to the City Manager CCCOM314/TXTA.07A APPROVED THOMAS A. PETERSON .,.. a ..« City Manager CC -1 REQUEST FOR PROPOSALS TO FURNISH, INSTALL AND MAINTAIN COMPLETE TELEPHONE SERVICES THE CITY OF LODI LQDI, CALIFORNIA PREPARED BY: NORTHERN CALIFORNIA COMMUNICATIONS NETWORK 134 RHOADES WAY FOLSOM, CALIFORNIA 95630 (916) 983-0955 1owli�►owm INSTRUCTIONS TO BIDDERS SECTION 1.00-1 TO 1.00-7 GENERAL INSTRUCTIONS .........................PAGE 1.00-1 TO 1.00-4 PROPOSAL FORM AND BID SIGNATURE..............PAGE 1.00-5 TO 1.00-6 ACCEPTANCE/EXCEPTION FORM ....................PAGE 1.00-7 GENERAL CONDITIONS SECTION 2.00-1 TO 2-00-6 RFP TERMINOLOGY..............................PAGE 2.00-1 INSPECTION OF SITE OF WORK...................PAGE 2.00-2 ACCEPTANCE/EXCEPTION FORM ................... PAGE 2.00-6 VENDOR SPECIFICATIONS 3.00-1 TO 3.00-7 TRAINING....................................PAGE 3.00-1 SERVICECONTRACT............................PAGE 3.00-2 CONTRACTORS LIABILITY INSURANCE..............PAGE 3.00-3 VENDOR PROFILE...............................PAGE 3.00-5 TO 3.00-6 ACCEPTANCE/EXCEPTION FORM .................... PAGE 3.00-7 GENERAL TECHNICAL SPECIFICATIONS 4.00-1 TO 4.00-5 SCOPE OF PROJECT ............................. PAGE 4.00-1 TO 4.00-2 KEY SYSTEM FEATURES .........................PAGE 4.00-3 TO 4.00-4 ACCEPTANCE/EXCEPTION FORM .................... PAGE 4.00-5 VOICE PROCESSING TECHNICAL REQUIREMENTS 5.00-1 TO 5.00-10 INTRODUCTION.................................PAGE 5.00-1 GENERAL REQUIREMENTS .........................PAGE 5.00-2 TO 5.00-8 ACCEPTANCE/EXCEPTION FORM .................... PAGE 5.00-9 TO 5.00-10 SYSTEM CONFIGURATIONS 6.00.1 TO 6.00-11 OPTION #1 UPGRADE SL -IM AT MAIN LOCATION..... PAGE 6.00-1 TO 6.00-3 OPTION #2 TELEPHONE SYSTEM FOR MSC........... PAGE 6.00-4 TO 6.00-5 OPTION #3 KEY SYSTEMS ........................PAGE 6.00-6 TO 6.00-8 VOICE PROCESSING SYSTEM ......................PAGE 6.00-9 TO 6.00-10 ACCEPTANCE/EXCEPTION FORM....................PAGE 6.00-11 SYSTEM PRICING 7.00-1 TO 7.00-6 GENERAL REQUIREMENTS .........................PAGE 7.00-1 OPTION #1....................................PAGE 7.00-2 OPTION #2....................................PAGE 7.00-3 OPTION #3....................................PACE 7.00-4 OPTION #4...... ........ ....................PAGE 7.00-5 POST CUT PRICING.............................PAGE 7.00-6 SOFTWARE OPTIONS.............................PAGE 7.00-7 TO 7.00-8 ADDITIONAL INFORMATION .......................PAGE 7.00-9 EXHIBITS 8.00-1 TO 8.00-4 EXHIBIT A - NETWORK DIAGRA*.... .............PAGE 8.00-1 EXHIBIT B - CURRENT SYSTEMS INSTALLED ........ PAGE 8.00-2 EXHIBIT C - INSTALLATION SCHEDULE ............ PAGE 8.00-3 EXHIBIT D - MSC DIAGRAM ......................PAGE 8.00-4 ADDITIONAL INFORMATION FLOOR PLANS W NOTICE INVITING PROPOSALS The City of Lodi hereby invites sealed proposals to provide, furnish,install and warranty all the necessary equipment, materials, hardware, software, and labor for a Telecommunications System(s) for the City of Lodi, California. Each proposal shall be in accordance with this notice and specifications on file with and available front Joel Harris, Purchasing Agent, City of Lodi, 221 West Pine Street, Lodi, California 95240, (209) 333-6777. No proposal will be considered unless it is submitted on a proposal form provided by the City of Lodi. Sealed proposals shall be accompanied by a Bidder's Bond of a Corporate Surety authorized to do business in the State of California and acceptable to the City, or by a cashier's check or certified check, for the amount of not less than ten percent (100) of the total proposal mount, which shall be held as deposit by the City of Lodi to secure the City in the execution of the contract by the successful bidder. Said sealed proposals shall be delivered to the Purchasing Officer, city of Lodi, 221 West Pine Street, Lodi, CA 95240, (P.O. Box 3006, Lodi, CA 95241-1910), at or before 11:00 a.m., October 28, 1991. At that date and hour said sealed proposals will be publicly opened and read in the Public Works Conference Room, First Floor, City Hall, 221 West Fine Street, Lodi, California. Bidders or their authorized agents are invited to be present. The City of Lodi reserves the right to reject any or all proposals, to waive any informality in any proposal, to accept other than the lowest proposal, or not to award the proposal. Reference is hereby made to said specifications for further details, which specifications and this notice shall be considered part of any contract made pursuant thereto. CITY OF LODI Joel E. Harris Purchasing officer PAGE 1.00-1 l TO BIDDERS 1.01 OPENING OF PROPOSALS A. The Purchasing Officer will receive two (2) copies of sealed proposals in his office, City Hall, 221 West pine Street, Lodi, California 95240, until 11:00 a.m.,October 28, 1991. At that time, in the Public Works Conference Room, first . Floor, City Hall, 221 West Pine Street, Lodi, California, proposals will be publicly opened and read. Bidders or their authorized representatives are invited to be present. B. The proposal shall be submitted as directed in the "Notice Inviting Proposals" under sealed cover plainly marked "TELECOMMUNICATIONS PROPOSAL" "Opening , October 28, 1991" Proposals which are not properly marked may be disregarded, 1.02 PROPOSAL FORM A. Prospective bidders are furnished with two proposal forms included with the specifications, B. The proposal must be signed with the full name and address of the bidder, by an authorized representative of the company. C. The purchaser reserves the right to accept other than the lowest proposal, or to reject any or all proposals. 1.03 BIDDER'S BOND A. Proposals shall be accompanied by a bidder's bond executed by a corporation authorized to issue surety bonds in the State of California, or by a cashier's check of a responsible bank, made out in favor of the City of Lodi, for an amount not less than ten percent (10%) of the total amount of the proposal. No proposal shall be considered unless accompanied by such bidder's bond or check. B. In the event the person, firm or corporation is awarded the contract and said bidder fails, neglects, or refuses to enter into a contract to furnish said equipment, then ohe amount. of the bid bond or check accompanying the bid shall be declared to be forfeited to the City. PAGE 1..00-2 INSTRUCTIONS TO BIDDERS 1.04 PENALTIES In the event the successful bidder fails to deliver said equipment on the date promised, the City of nodi shall levy a penalty of $300.00 for each working day after promised delivery date that actual delivery is late. Penalty shall be deducted from invoice amount at the time final payment is made. 1.05 BIDDER'S RESPONSIBILITY FOR SUBCONTRACTORS The bidder shall accompany their proposal with a list of the names and trades of their subcontract bidders to whom they propose to sublet portions of the work. Bidder shall Lie the sole point of contact and be fully and completely responsible for all work of subcontractors, and shall be liable for any failures or omissions to comply with the specifications for this equipment and its installation thereof. City reserves the right to approve all subcontractors. 1.06 RKJRCTION OF PROPOSALS Acceptance of proposals does not obligate the City of Lodi in any way. The right to accept or reject any or all proposals shall be exercised by the City. Proposals may be rejected if they show any alterations of proposal form, additions not called for, or alternative proposals not properly documented. Bidders proposing equipment with which the City has no prior in-service experience may be rejected. Erasures or irregularities of any kind may also be cause for rejection. 1.07 AWARD A. Contract will be awarded on the basis of the lowest qualified responsible bidder, whose proposal complies with all the requirements herein described, as determined by the City and the Consultant. The basis for awarding the contract will be the strongest combination of the following 1) Technical Solution 2) Design and Implementation 3) Vendor Strength and Service History 4) Price 5) Terms and Conditions B. Where alternate proposals are received, the City Council reserves the right to select the proposal most advantageous to the City. The award, if made, will be made within ninety days after the opening of the proposals. PAGE 1.00-3 INSTRUCTIONS TO BIDDERS The contract documents consist of (1) the Notice Inviting Proposals, (2) the Instructions to Bidders, (3) the General Conditions, (4) the Vendor Specifications, (5) the Technical Specifications,(6) the Acceptance/E:;ception Form(s),(7)the Proposal Form(s),(8) the Cost Break --Out Form(s), (9) the Installation and Completion Schedule(s), and (10) the Proposal, including all supplements, modifications, and addenda incorporated before their execution. 1.09 DELIVERY Delivery time will be part of the proposal evaluation, and delivery shall be clearly indicated on the proposal. Delivery shall be made to City of Lodi only during normal working hours (8:00 a. m. - 4:00 p.m. Monday through Friday). Installation times are defined in Exhibit C. 1.10 PRICES All quoted prices shall be current and firm for at least ninety days after date of proposal opening. 1.11. SALES AND USE TAXES All quotations submitted shall include 7.75% California/ local sales or use taxes. 1.12 ?AYMENTS A. Invoices shall indicate sales or uoe taxes as separate items apart from the cost F.O.B. point of delivery. Purchaser's item description and order number shall appear on all invoices. All invoices shall be rendered in duplicate. B. Full payment by the purchaser shall not release supplier of his responsibility to fully carry out his proposal obligations nor be construed by scpplier as acceptance of the work hereunder by purchaser. 1.13 GIIARANTEES In addition to any or all guarantees mentioned elsewhere herein, the supplier shall replace entirely at his own expense, including freight, any faulty equipment, within a period of at least one year after the equipment has been accepted by the purchaser. INSTRUCTIONS TO BIDDERS 1.14 PURCHASES PAGE 1.00-4 All terms included in the contract documents section, paragraph 1.08 shall be binding. Cash purchases, if applicable, will be covered by City of Lodi purchase order. Lease puchases will be covered by the tennis and conditions of the lease. 1.15 RESERVATIONS The City reserves the unrestricted right to adjust the contract amount by acceptance or rejection of any, several, or all unit prices, subcontracts, and optional alternate proposals. I PRETATIV Questions pertaining to the specifications shall be directed to Gayle G. Heffner, of ICC Network at (916) 983-0955. Any questions received within 24 hours prior to deadline for submitting proposals cannot be answered. Neither the City nor NCC Network will be responsible for any oral interpretations during the proposal period. No oral, telephone or facsimile proposal modifications of bid will be accepted. PAGE 1.00-5 t PROPOSAL FOR THE CITY OF LODI, CALIFORNIA PROPOSAL= TO FURNISH AND DELIVER EQUIPMENT AS SPECIFIED HEREIN TO THE CITY OF LODI, CALIFORNIA. From:(Mame of Bidder) TD: Lodi City Council City Hall Lodi, California The undersigned, as bidder, declares to have carefully examined the Notice Inviting Proposals, Information to Bidders, and Specifications filed for furnishing and delivering this equipment, and agrees to be fully informed regarding all of the conditions affecting the equipment to be furnished for the completion of the order, and that the information was secured by personal investigation and research and not from any estimate of a City engineer; and that no claim will be made against the City by reason of estimates, tests or representations of any officer or agent of the City; and proposes and agrees, if the proposal be accepted, to furnish the City of Lodi the necessary equipment specified in the proposal in the manner and time therein set forth, It has been noted the City of Lodi reserves the right to accept all or part of this proposal, to reject any or all. proposals, or to accept other than the lowest proposal. Equipment listed below is to be in accordance with the City of Lodi specifications attached hereto. The bidder will submit a detailed list of any and all exceptions taken to these specifications- In the absence of such a list, it will be understood that the bidder's proposal is based cn strict confoz-mance to the specifications in all respects, All exceptions taken will be evaluated and determination made on acceptability before the award is made. W PAGE 1.00-6 It is understood and agreed that if this Proposal is accepted, the price quoted is inclusive of sales or use taxes, or similar tax now imposed by Federal, State, or other governmental agency upon the material specified. The undersigned has checked carefully all the figures and understands that the City and its officers and employees will not be responsible for any errors or omissions on the part of the undersigned in completing this proposal. In any case where discrepancy in extensions may occur, the Bidder agrees that the unit pr:.ce shall be taken as the correct figure. The undersigned, as bidder, hereby declares that the only persons or firms interested in the proposal as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this proposal, that this proposal is made without connection with any other person, company or parties making proposal; and that it is in all respects fair and in good faith, without collusion or fraud. This proposal may be withdrawn by the written request of an authorized representative of the bidding company at any time prior to the scheduled time for the opening of proposals or prior to any authorized postponement thereof. The undersigned hereby designates as the office to which such notice of acceptance may b -e mailed or delivered: Name of Company Address City, State, Zip Authorized Signature Name Title Telephone No._ FAX Number Dated PAGE 1.00-7 ACCEPTANCE /EXCEPTION FORM EACH VENDOR SHALL INITIAL AND MARK WITH AN (X) THEIR ACCEPTANCE OR EXCEPTION OF EACH PARAGRAPH LISTED BELOW. IN THE EVENT AN EXCEPTION IS TAKEN, AN EXPLANATION OF THE EXCEPTION SHALL BE ENCLOSED WITH THEIR PROPOSAL. PARAGRAPH A EXCEPTION INITIAL 1.01 1.02 1.03 1.04 1.05 1.06 1.07 1.06 1.09 1.10 1.11 1.12 1.13 1.14 PAGE 2.00-1 GENERAL CONDITIONS 2.01 IDENTIFICATION OF RFP TERMINOLOGY AND REOUIREMENTS Bidder/Vendor: One who submits a proposal directly to the City as distinct from a sub -bidder who submits a proposal to a bidder- Scccessful Bidder: The lowest, qualified, responsive, responsible bidder to whom the City makes an award. N.C.C. NETWORK: indicates Northern California Communications Network (The consultant for the City of Lodi). .qNAT•T,: indicates items or conditions that are required by the City of Lodi. Failure to meet these requirements may result in rejection of the proposal. SHOULD OR MAY: indicates desirable items or conditions, but are nonessential in nature. ACCEPTED: indicates that the preceding information has been read, understood, and agreed upon to sustain without protest. EXCEPTION: indicates that the preceding information has been read, understood, and is remonstrated, and requires an explanation or clarification in the response, An exception may not in itself cause rejection of the proposal. INITIAL: indicates the initials of the person/persons responsible or accountable for all information provided in the response. Sections that are not initialed nay be cause for rejection of the proposal. TRUNK: indicates the incoming/outgoing Pacific Bell circuits. LINE OR STATION: indicates the user terminals, telephone sets, etc. PAGE 2.00-2 GENERAL CONDITIONS 2.02 INSPECTION OF SITE OF WORK A mandatory bidder's conference will be held at the Lodi City Hall located at: 221 West Pine Street, Lodi, California, on Wednesday, October 2, 1991 at 10:00 am. Bidders are required to inspect the site of the work in order to satisfy themselves, by personal examination of the location(s) of the proposed work, and as to the actual conditions of and at the site of work. If, during the course of the examination, a bidder finds facts or conditions which appear confusing to bidder, bidder shall apply to the City for additional information and explanation before submitting the proposal. However, no such supplemental information so requested or furnished shall vary the terms of the specifications or the Contractor's sole responsibility to satisfy himself or herself a5 to the conditions of the work to be performed. The submission of a proposal by the bidder shall constitute the acknowledgment that, if awarded the contract, bidder has relied and is relying on bidder's examination of (a) the site of the work, (b) the access of the site, and (c) all other data, matters, and things requisite to the fulfillment of the work and on bidder's own knowledge of existing conditions on and in the vicinity of the site of the work to be performed under the contract, and not on any representation or warranty of the City. No claim for additional. compensation will be allowed which is based upon a lack of knowledge of the above items. Where plans and specification contain drawings of physical conditions in or relating to existing surface conditions, including underground facilities, which are at or contiguous to the site, bidder may rely upon the accuracy of the data contained in such drawings but not upon the completeness thereof for the purposes of bidding or installation. If a mass diagram has been prepared for a project, it is for design purposes only. If it is made available to bidders, the City assumes no responsibility whatever for the information contained therein and makes no guarantees with respect to reliance thereon. Before submitting a proposal, each bidder will, at bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies, and obtain any additional information and data which pertain to the physical condition (surface, subsurface and underground facilities) at or contiguous to the site or otherwise wnich may affect cost,progress, performance or furnishing of the work and which bidder deems necessary to determine its proposal for performing and furnishing the work in accordance with the time, price and other terms and conditions of the contract documents. PAGE 2.00-3 Al CONDI On request in advance, the City will provide each bidder access to the site to conduct such explorations and tests as each bidder deems necessary for submission of a proposal. Bidder shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations. Each bidder shall thoroughly examine and be familiar with legal and procedural documents, general conditions-, specifications, drawings and addenda (if any) . The submission of a proposal shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the contract documents. The failure or neglect of a bidder to receivi or examine any of the contract documents shall in no way relieve that bidder from any obligation with respect to that bidder's proposal or to the contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract documents, 2.03 ADDENDA Addenda may also be issued to modify the bidding documents as deemed advisable by the City. Addenda will be mailed or delivered to all parties recorded as having received the bidding documents. No addenda will be issued later than four days prior to the date for receipt of proposals except an addendum, if necessary, postponing the date for receipt of proposals or withdrawing the request for proposals. Only questions answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 2.04 FORM OF PROPOSALS A11 proposals shall include the original RFP documents, and should follow in the same format and order as the 'RP documents. A11 blanks in the proposal shall be appropriately filled in. If additional space is required to complete a response, bidder shall make clear reference to what section of the RFP the additional information applies. Oral, telephone, or facsimile proposals are invalid and will not receive consideration. No bidder may submit more than one proposal for each option requested. Multiple proposals under different names will not be accepted from one firm or association. PAGE 2.00-4 GENER CONDITIONS 2.05 PROPOSAL PRICE The proposal price shall include everything necessary for the completion of installation and fulfillment of the contract including but not limited to furnishing all materials, equipment, tools, plant and other facilities and all management, superintendence, labor and services. 2.06 - BASIS OF PROPOSALS The bidder shall submit both a lump sum price and prices for all unit cost items and alternatives shown on the proposal forms. Where specific quantities are given they are approximate only, being given as a basis for the comparison of proposals, and the City of Lodi does not, expressly or by implication, warrant that the actual amount of work will correspond therewith; but reserves the right to increese or decrease the amount of any class or portion of the work, or to omit portions of the work as may be deemed necessary or advisable by the City- The amount of the proposal for comparison purposes will be the total of all items. The total of unit basis items will be determined by extension of the item price proposal on the basis of the estimated quantity set forth for the item. 2.07 LIST OF SUBCONTRACTORS Each proposal shall have listed on the form provided herewith, the name and address of each subcontractor to whom the bidder proposes to sublet portion of the work. The City has the right to review the suitability and qualifications of any subcontractor or supplier proposed by the Contractor. As part of this review the City may request an experience statement with pertinent information as to similar projects and other evidence of qualification for each such subcontractor, person and organization. If the City after due investigation has reasonable objection to any proposed subcontractor, the City may before giving the notice of award request the apparent successful bidder to submit an a,-,eptable substitute without an increase in proposal price, If the apparent successful bidder does not make such substitution, the contract shall not be awarded to such bidder, but Contractor's failure to make such substitution will not constitute grounds for sacrificing the proposal security. Any subcontractor, other person or organization so listed and to whom the City does not make written objection prior to the giving of the notice of award will be deemed acceptable to the City. 2.08 MODIFICATION OR WITHDRAWAL (' PROPOSALS Any bidder may withdraw his/her proposal either personally or by written request at any time prior to the scheduled closing time for receipt of proposals. No bidder may withdraw his/her proposal after the time set for the opening. Proposals must be held good for ninety (90) days from proposal closing. PAGE 2.00--5 GENERAL CONDITIONS If, within 24 hours after proposals are opened, any bidder files a duly signed written notice with the City and promptly thereafter deiionstrated to the reasonable satisfaction of the City that there was a material and substantial mistake in the preparation of the proposal, that bidder may withdraw his/her proposal and the proposal security will be returned. Thereafter, that bidder will be disqualified from further bidding on the work. 2.09 POSTPONEMENT OF OPENING The City reserves the right to postpone the date and time for• opening of proposals at any time prior to the date and three announced in the advertisement- In the event of such postponement, an addendum will be mailed and notice of postponement will be advertised. 2.10 NOTICE TO PROCEED The City shall give the successful bidder written notice to proceed with the work within Five (5) days of the execution of the contract. Notwithstanding any other provision of the contract, the City shall not be obligated to accept or to pay for any work furnished by the Contractor prior to delivery of notice to proceed whether or not the City has knowledge of the furnishing of such work. 2.11 INDEMNIFICATION In the event Seller, its officers, employees, agents, or subcontractors at any tier enter premises occupied by or under the control of Buyer or third parties in the performance of this order, Seller shall defend, indemnify, and hold harmless Buyer, its officers, employees and agents from any claim, suit, loss, cost, damage , expense to any person, including Seller's employees, of whatsoever nature or kind arising out of, a result of, or in connection with , such performance occasioned in whcle or in part by the actions or omissions of Seller, its officers, employees,agents or subcontractors at any tier. Seller shall take all precautions necessary, special or otherwise, and shall be responsible for compliance with all local, state and federal safety laws in the performance of work hereunder. Without in any way limiting the foregoing undertakings, Seller and its subcontractors at any tier shall maintain public liability and property damage insurance in reasonable limits covering the obligations set forth and shall maintain proper Worker's Compensation Insurance covering all employees performing this order- 04 PAGE 2.00-6 ACCEPTANCE/EXCEPTION FORM EACH VENDOR SHALL INITIAL AND MARK WITH AN (X) THEIR ACCEPTANCE OR EXCEPTION OF EACH PARAGRAPH LISTED BELOW IN THE EVENT AN EXCEPTION IS TAKEN, AN EXPLANATION OF THE EXCEPTION SHALL BE ENCLOSED WITH THEIR PROPOSAL. PARAGRAPH ACCEPTED EXCEPTION INITIAL 2.01 2.02 2.03 2.04 2.05 2.06 2.07 2.08 2.09 2.11 PAGE 3.00-1 VENDOR SPECIFICATIONS 3.01 VENDOR SUPPORT The chosen Vendor shall provide and pay for all materials, labor, tools, equipment, software, and any other components necessary for the performance and completion of the work. Vendor shall also supply all necessary system(s) testing, training, and documentation, as well as making available all necessary Vendor staff for ongoing support throughout the implementation period. Vendor shall assume the role of project coordinator, and is responsible for interpreting the City of Lodi's practical applications into its hardware/software solution. Therefore, . immediately after award, Vendor shall schedule a coordination meeting with the Project Manager for the City of Lodi, to plan for proper system(s) implementation. The chosen Vendor shall also be responsible for coordinating all aspects of implementation with the local public utility. 3.02 SOFTWARE A11 programming required for system(s) operation, control, and reporting shall be provided by the selected Vendor. Documentation of system(s) programs shall also be provided to the City of Lodi, including a copy of the data base, system description, and programming manuals. An up-to-date log containing all software changes for repairs, adds, moves, or changes, shall be maintained by the Vendor at the site, in the switch room area on a continuing ¢' basis. i� 3.03 TRAINING Required console,station user, voice processing and administration training shall be supplied by the Vendor. Training shall be conducted prior to, during, and thirty (30) days following system cutover. A detailed training plan must be submitted as part of the proposal and must include, the objective, outline of subjects covered, a description of duration, locations, and schedules for the classes to be given. The City of Lodi would prefer all training to be live, on site, in which Vendors shall include in the proposal any cost for installing temporary training phones etc. Appropriate training materials must be provided for all training conducted. Training materials, such as a video tape and training booklets to conduct ongoing training, may be developed but shall become the property of City of Lodi. 3.04 MANUFACTURER'S WARRANTY AND SURETY Vendors shall provide with the proposal a manufacturer's warranty and surety which shall include a provision guaranteeing manufacturer support in the event of a default by the Vendor or business for a period of ten years from the date of completed installation. PAGE 3.00-2 VENDOR SPECIFICATIONS 3.05 FINAL ACCEPTANCB Operation of the system does not constitute acceptance of the work, Final acceptance of the work shall not occur until final submittals are processed, and after the Vendor has demonstrated that the system(s) is fully operational and fulfills all requirements of the contract documents no Sooner than sixty (60) days following cutover. 3.06 SERVICE CONTRACT/14A.INTENANCE A) GENERAL The Vendor shall provide all service contract options for a minimum of five (5) years beginning after the initial one year warranty period. The Vendor shall include in its maintenance proposal all necessary labor, parts, materials, and transportation to maintain all proposed equipment. The Vendor shall provide fully trained or certified technicians to service the equipment proposed. Vendors should specify on the appropriate form, any discounts City of Lodi may receive for signing a multiple year contract. Vendors shall also specify response times and availability for response in emergency situations, B? PREVENTATIVE MAINTENANCE The Vendor shall provide preventative maintenance as required by the equipment manufacturer to effectively maintain the equipment proposed. The Vendor shall describe in detail all parts of the preventative maintenance plan. The description should include such items as the type of maintenance activity to be performed, the frequency of the maintenance, and the expected duration, This cost must be included in the price of the maintenance portion of the contract. The time period to perform preventative maintenance service shall be only during a mutually agreeable time, C) SPARE PARTS The Vendor shall keep an adequate inventory of spare parts on hand or immediately available for emergency repairs to ensure the prompt return of operation of the equipment. If replacement parts are no longer available after the maintenance contract period, the Vendor, when requested by City of Lodi, shall furnish all necessary information which will enable City of Lodi to have access to such parts. Vendor shall warrant that spare parts will be available during the maintenance period or Vendor will replace unrepairahJp equipment. D1 EXISTING SYSTEMS It is the desire of the City to have one Vendor maintain all existing systems installed in the multiple locations of the City. Vendors should refer to Exhibit B for the description of all existing key systems, paging, etc., acid propose on the appropriate price page, any optional maintenance programs for these locations that are available. PAGE 3.00-3 VENDOR SPECIFICATIONS 3.07 REPAIR RECORDS An up-to-date log containing the complete records of all repair reports, adds, moves, and changes shall be maintained by the servicing technic'.�n, at the site on a continuing basis. Technicians should report to the telecommunications manager on arrival, and before they leave to inform City of Lodi of the work performed, All such records shall be the property of the City . 3.08 CONTRACTORS LIABILITY INSURANCE Vendor, shall at his uym cost and expense, procure and maintain satisfactory public liability and casualty insurance to adequately protect himself and customer in damages for personal injury, incltnding death, which may arise from operations under this contract, whether such operations are by himself or by his subcontractors, or anyone directly or indirectly employed. Vendor shall assume all liability for injuries to or loss or any of the City of Lodi's property or to any adjoining property which may be caused directly or indirectly, by the Vendor, his subcontractors and by the employees of each of them, and shall, at his awn cost and expense indemnify the City of Lodi and make good any such damage, loss, or theft. Vendors and all vendor subcontractors shall, during performance hereof, maintain Workmen's Compensation Insurance in compliance with the laws of the State wherein the work is _performed, and insurance in types and amounts shown below and by companies satisfactory to the City of Lodi. _ COVERAGE AMOUNTS AND LIMITS public Liability $One Million Property Damage $One Million Automobile Public Liability $One Million Automobile Property Damage $One Million Prior to performance of any work, Vendor shall furnish the City of Lodi certificates evidencing that each policy of insurance is in force and will not be canceled without thirty (30) days written notice to the City. 3.09 LABOR Vendors, Contractors and Subcontractors employed upon work shall be required to conform to Labor Laws of the state of California and various acts amendatory and supplementary thereto and to other laws, ordinances and legal requirements applicable thereto. It shall be the duty of every Vendor, Contractor and Subcontractor engaged on this project to enforce among all workmen directly or indirectly employed by them, all rules which the City may require Cfor conduct of workers on premises. PAGE 3.00-4 CVENDOR ONS 3.10 INDUSTRY STANDARDS AND CODES All work shall be accomplished in strict conformity with all laws and ordinances applying to the operation under this contract, including the latest rules and regulations of all municipal and other public authorities having jurisdiction and with the rules and regulations of the latest issue of the California State Electrical Codes, Installation shall also meet the standard requirements of the National Electrical ,Code. (NEC), ziFPk Life Safety Code and Occupation Safety and Health Administration (OSHA - Federal and State) and the National Fire Protection Associations. 3.11 AS -BUILT DRAWINGS The Vendor shall prepare, at his expense, complete field installation drawings including equipment rooms at all locations to ensure that all existing equipment rooms will meet the requirements of the system(s) installed. Should for any reason any or all of these equipment rooms are not adequate, Vendor must advise the City of Lodi as to any modifications that need to take place, before installation, in the proposal. Any modifications that are not stated in the proposal shall be the responsibility of the chosen Vendor. The Vendor shall keep a detailed record of the manner and location in which all installations are actually made, properly indexing feeders, pull boxes, wiring, protective devices and any changes. Upon completion "As Built Drawings" shall become the property of the City. 3.12 CHANGES IN THE WORK Any reasonable modifications, relocation or re-arrangment of work and materials necessary for the successful completion of the project in accordance with provisions of the specifications shall be performed by the Vendor as a part of their work, and such costs as are occasioned thereby shall be included in the contract proposal. All changes must be documented, approved and signed by the City of Lodi for any additional compensation above and beyond the contract. C PAGE 3.00-5 VENDOR SPECIFICATIONS VENDOR PROFILE In the appropriate spaces provided, indicate the following information concerning your proposal response. If additional space is required, note with "See Attachment". Each bidder shall provide the following information: OFFICE LOCATION Corporation Headquarters Local Office Parts Warehouse CONTACT PEOPLE Sales Representative Sales Manager Installation Manager Service Manager MAINTENANCE !MB SZ;; Define Major service call Response Time Define Minor service call Response Time PAGE 3.00-6 VENDOR PECIFICATIONS Define Major Add, Move or Change Response Time Define Minor Add, Move, or Change Response Time— PAGE 3.00-7 ACCEPTANCE/EXCEPTION FORM EACH VENDOR SHALL INITIAL AND MARK WITH AN (X) THEIR ACCEPTANCE OR EXCEPTION OF EACH PARAGRAPH LISTED BELOW. IN THE: EVENT AN EXCEPTION IS TAKEN, AN EXPLANATION OF THE EXCEPTION SHALL BE ENCLOSED WITH THEIR PROPOSAL, PARAGRAPH ACCEPTED EXCEPTTON INITIAL 3.01 3.02 3.03 3.04 3:05 3.06 3.07 3.08 3.09 3.10 3.11 3.12 PAGE 4.00-1 TECHNICAL SPECIFICATIONS C4.01 - SCOPE OF PROJECT The City of Lodi is interested in receiving proposals for the following: OPTXON #1 Upgrade the current SL -IM PBX Software Release 4, Issue 21, (Main Location) to a Meridian One PBX with the most current software release available. OPTION #Z Install a new Meridian One PBX at the Municipal Service Center with the most current release of software. This PBX will be networked to the Main location via a T-1 connection and will replace the existing 24 OPXs from the Main. OPTION #3 Install new key telephone systerns for the following locations: PARKS AND RECREATION HTJTCHINS STREET SQUARE WHITE SLOUGH WASTE WATER PLANT FIRE STATION #2 OPTION #4 Install a Voice Processing System that will service all city facilities and integrate with the upgraded Meridian One at the Main location. * SEE EXHIBIT A FOR CURRENT LODI NETWORK DIAGRAM At the present t h e , the City of Lodi has a centralized network which connects all locations either through underground cabling, or Pacific Bell OPX circuits to the SL -IM PBX. The current PBX does not meet the requirements for the City's future expansion in regards to Capacity, System Memory, and Voice Processing capabilities. The majority of incoming calls are directed to specific departments or individuals through DID circuits, 'and in some cases, are then forwarded through OPXs. The City currently utilizes one (1) block of one hundred ( 100 ) DID numbers and has reserved a second block to be installed during the upgrade installation. All inside plant wire and cable will be reused wherever feasible, or unless otherwise specified. PAGE 4.00-2 TECHNICAL SPECIFICATIONS 4.01 - SCOPE OF PROJECT cont. The City's current Comdev Call Accounting system will remain at the Main location and be integrated with the upgraded Meridian One PBX. Bidders are encouraged to submit alternate proposals which would Meet the intent of the specifications but are less expensive or provide enhanced services. 4.02 RESPONSE CRITERIA Each bidder is requested to respond to all portions of the proposal document, Highest ratings in the evaluation process will be given to those vendors providing sole source responsibility for the specified system(s). Sole source responsibility for maintaining the new and existing systems after completion of the project will also be given the highest consideration in the evaluation process. 4.03 SYSTEM(s) CONFIGURATIONS 1) EQUIPPED shall mean the system as installed, shall include all equipment and services to provide the quantities specified, 2) KIRED shall mean the system as installed, including all cabinets, cards, memory, etc., and number of ports remaining. 3) CAPACTTY shall mean the maximum expansion capability of the system through the addition of cabinets, cards, etc., as necessary without changing out of system. C4.04 SYSTEM(s) FEATURES There are two (2) categories of feature specifications. They are: (1) Mandatory = Those identified by " (M) " (2) Desirable/Optional = Those identified by "(D/0)" The mandatory items shall be included as part of the proposed system. The Desirable/Optional items shall be included only if they are a standard item at no additional cost, Exceptions to any of the specified features, whether it is a mandatory feature or a desirable/optional feature, shall be accompanied with a detailed description of why an exception has been taken, 4.05 INSTALLATION RESPONSIBILITIES The successful bidder(s) shall install the PBX(s), Voice Processing System terminal equipment, peripheral equipment, wire, cable and outside plant, test the system(s) for a period of not less than two (2) weeks prior to cutover, train operators and staff on working systems prior to cutover, provide all docmentation including user manuals prior to cutover, and install and cutover the entire project without any interruptions to the existing telecommunication system and with minimal interference to the normal work habit•.s of the staff and/or employees of the City of Lodi, PAGE 4.00-3 TECHNJICAL SPECIFICATXONS KEY SYSTEM FEATURES FEATURES MANDATORY DESIRABLE/OPTIONAL 4.06 SYSTEM FEATURES Call Back Group Call Pickup * Flexible System Numbering Off Premise Extensions (OPX) Universal Night Answer System Call Park * Remote Diagnostics Power Failure Transfer Preset Call Forward -All C a 11 s -Busy -No Answer Traffic Reports 4.07 STATION FEATURES Flash Button * Flexible Program. Buttons * Speakerphones Message Waiting Indication * i Speed Dial Distinctive Ringing * Conference C a 11 Hold * DTMF Dialing PAGE 4.00-4 TECHNICAL SPECIFICATIONS KEY SYSTEM FEATURES FEATURES MANDATORY DESIRABLE/OPTIONAL 4.08 ATTENDANT CONSOLE FEATURES Call Waiting Indication External Zone Paging Voice Call Busy Lamp Field DTMF Dialing Digital Display (Alpha -Numeric) Camp -0n Last Number Redial PAGE 4.00-5 ACCEPTANCE /EXCEPT IOK FORM EACH VENDOR SHALL INITIAL, AND MARK WITH AN (X) THEIR ACCEPTANCE OR EXCEPTION OF EACH PARAGRAPH LISTED BELOW. IN THE EVENT AN EXCEPTION IS TAKEN, AN EXPLANATION OF THE EXCEPTION SHALL BE ENCLOSED WITH THEIR PROPOSAL. PARAGRAPH ACCEPTED EXCEPTION INITIAL 4.01 4.02 4.03 4.04 4.05 4.06 - 4.03 4-08 PAGE 5.00-1 VOICE PROCESSING SYSTEM 5.01 INTRODUCTION THIS SECTION OUTLINES THE REQUIREMENTS AND SPECIFICATIONS FOR A VOICE PROCESSING SYSTEM WITH VOICE MAIL AND AUTOMATED ATTENDANT. VENDORS SHOULD STUDY 'I H I S DOCUMENT, AND FILL IN ALL THE NECESSARY BLANKS PROVIDED IN THE FOLLOWING PAGES. 5.02 DESCRIPTION OF THE SYSTEM PROPOSED Vendors shall describe in detail the system that they are proposing. This description should include an overview of the hardware and software architecture, components of the equipment proposed to meet the requirements, and s all specify the physical dLmenaions, weight, environmental and electrical requirements, and method of integration with the Meridian One PBX. (For those vendors who are not proposing a PBX, please state with which PBXs you do not fully integrate). 5.03 IMPLEMENTATION PLAN Vendors shall include an implementation plan, including an installation schedule, and a training schedule for the system manager and approximately 400 users, Specify the steps to set up the subscriber data base, the parameters that must be initialized for each subscriber, for subscriber classes, and for the entire system, 5.04 ADDITIONAL INFORMATION All responses and proposals should be accompanied by brochures and/or marnuals describing hardware specifications and feature operations, 5.05 SOFTWARE UPDATES The vendor must provide information of software updates available at no additional charge. PAGE 5.00-2 VOICE PROCESSING TECHNICAL REQUIREMENTS ENVIRONMENTALS 5.06 POWER City of Lodi will provide primary power as required by the system. However, the Vendor will supply any conversion equipment or other interface equipment to adapt this power to their system. 5.07 SURGE PROTECTION Vendor shall provide, with the system, a power filter designed to protect the equipment against line surges, transients, and/or brownouts. 5.08 FLOOR REQUIREMENTS The system must be capable of being installed on standard office flooring or inside the PBX. No special flooring shall be required. 5.09 SAFETY A) All connections, wiring or conductors to the Voice Processing system, manager's terminal and printer must be properly installed and labeled. B) A list of system compatible CRT terminals and printers must be included with the bid. C) Working clea-rance to permit access to the system for examination, adjustment, servicing, or maintenance must be provided to permit ready and safe operation of the system. SPECIAL REQUIREMENTS 5.10 PAUSE COMPRESSION (M) The system must be equipped with pause compression circuitry to eliminate long pauses in recorded messages during playback. 5.1_ REMOTE CAPABILITIES (M) The system must be equipped and capable of supporting remote diagnostics and software upgrades using an integral modem. 5.12 AUTOMATIC GAIN CONTROL (M) The system must be equipped with automatic gain control to automatically maintain a consistent audio output volume over a range of variation input signals. 5.13 AUTOMATIC RE -BOOTING (M) The system must be equipped with automatic re -booting capability after power failure. This will bring the system back on-line and fully operational after power or battery back-up failure without manual intervention. C PAGE 5.00-3 VOICE PROCESSING TECHNICAL REQUIREMENTS GENERAL SYSTEM REQUIREMENTS 5.14 EXPANSION The vendor must provide the cost of expansion for each increment of hardware and software to expand the system up to 24 ports and associated hours of message storage. TRAINING 5.15 END USER All required user training shall be supplied by the Vendor. Training shall be conducted prior to and during system cutover, Follow-up post cutover training shall also be conducted for a period of thirty (30) days following cutover. 5.16 SYSTEM MANAGER Vendor shall provide System Management training to one employee of the City of Lodi. This training shall include a detailed overview of the entire system, covering a subscriber's mailbox features, database creation and application development. He/she shall participate with the vendor in the initial loading of the database and setting parameters of the system by the vendor. SYSTEM PROMPTS 5.17 PROMPTS FUNCTION (M) The system shall provide prompts. This function allows all callers to receive guidance within the system via prompts that clearly describe options and features in an easily understood voice. The system prompts and additional prompt commands for other applications, shall be capable of being changed, added, or deleted by the control of the system manager. The system will provide multiple prompt levels and will allow the user to dial through prompts via the touch-tone pad. 5.18 OVERRIDING PROMPTS (M) The system must allow DTMF tones, to allow the capability, to override prompts, so that a user will not have to -listen -to all system prompts during a session. PAGE 5.00-4 5.23 PLAYBACK (M) Voice Mail message review must include: Skip Cancel Pause Move back/forward Return to beginning Forward to end 5.24 VOICE MAIL MESSAGE CONFIRMATION (_D/O) The system shall provide the capability to mark messages, so that the sender receives confirmation of receipt. The sender will have the capability to confirm receipt of any sent message at any time. VOICE PROCESSING TECHNICAL REQUIREMENTS 5.19 VOICE MAIL (M) 1) The system shall provide the function of Voice Mail for all system subscribers. 2).__ The system shall provide group messaging, private group distribution lists, system group distribution lists and general system announcements, 3) The system mode will be under control of the user, as defined by their Class of Service, as assigned by the system manager, 4) The system will be accessed both internally and externally via passwords and a DTMF touch-tone phone - 5) The user will also be able to change his entire personal voice announcements, which are recorded entirely in the user's own voice to answer calls, at any time. This will be allowed either through internal or external access. g) Voice Mail mode will provide users with automatic answer to their messages without readdressing. 5.20 VOICE MAIL MESSAGE CREATION (M) The following controls must be provided during message creation: CONTROLS: Erase and re-record Pause during message creation Review prior to sending 5.21 DIAL BY NAME (M) The system shall provide the capability for the user to address a message either by mailbox number or by the subscriber's name. 5.22 MAILBOX CONFIRMATION (M) The system shall provide the recipient's spoken name after addressing, to confirm destination. 5.23 PLAYBACK (M) Voice Mail message review must include: Skip Cancel Pause Move back/forward Return to beginning Forward to end 5.24 VOICE MAIL MESSAGE CONFIRMATION (_D/O) The system shall provide the capability to mark messages, so that the sender receives confirmation of receipt. The sender will have the capability to confirm receipt of any sent message at any time. PAGE 5.00-5 VOICE PROCESSING TECHNICAL REQUIREMENTS 5.25 VOICE MAIL MESSAGE INFORMATION (M1 A) The system must provide information to the caller on the number of messages in the mailbox upon entering. B) The system must provide the option of hearing information (time/day recorded,) about the messages at any time, C) The system must provide the capability of providing the user, upon entering a mailbox, with information regarding the number of messages in each category contained in a mailbox. 5.26 VOICE MAIL MESSAGE COPYING (M) The system shall provide the capability to the user to send a copy of a received message to another user with introductory comments. This type of message will be capable of being re -sent in this manner multiple times. 5.27 VOICE MAIL GREETINGS (D/O) A) The option to default to a generic system greeting. B) The system must provide the capability of a different greeting to be used during extended absences at the user's option. 5.28 VOICE MAIL MESSAGE SECURITY (M) A) The system must provide absolute security for each mailbox. The system shall require a password for each mailbox that will be provided by the user upon initialization. This password must be used each time the mailbox is accessed. €3) The mailbox messages must not be read without this password access. C) The system must provide the capability of disconnecting a caller after multiple incorrect password attempts. 5.29 VOICE MAIL MESSAGE PRIORITY (D/O) The following message priority functions must be provided by the system: Urgent Normal Confidential A I 5 PAGE: 5.00-6 VOICE PROCESSING TECHNICAL REQUIREMENTS TELEPHONE ANSWERING 5.30 TELEPHONE ANSWERING FUNCTION (M) a) The system shall provide the function of telephone answering for all system users. This function will automatically answer all user's telephones when the calls are forwarded to the Voice Mail system. The telephone answering mode will proxride the user's personal greeting to the caller and then record the caller's message(s). This function shail, with touch-tone ' capability,provide the caller with the option of listening, re-recording, and canceling of sending the message to the subscriber. The telephone answering function will also allow the caller to return to the operator or dial a different extension number. The caller should have the capability of prioritizing the message for the subscriber. B) Callers with rotary phones must be able to leave messages on the system, C) The caller must be able to have the following touch-tone edit -functions for their messages: Listen Re-record Cancel Send OUTCALLING 5.31 OUTCALLING FUNCTION (D/O) The system shall provide the ability to seize an outgoing line and automatically place a call to deliver messages left in any user's mailbox. This capability will also be available on internal station lines. This outcalling capability is restricted by the system manager via class of sezvice, 5.32 OUTCALLING PASSWORD (D/O) The system must receive the proper user password prior to delivering a message via outcalling. 5.33 OUTCALLING USER'S CONTROLLED PARAMETERS (D/0) The user must be able to control the following parameters: Destination phone number Time of day for outcalls 5.34 OUTCALLING NOTIFICATION SCHEDULE (D/O) The notification schedule must be programmable by the user from on-site or off-site locations. PAGE 5.00-7 TELEPHONE ANSWERING 5.35 OUTCALLING MESSAGE DISTRIBUTION D/O The subscriber shall be able to designate what specific messages will be outcalled. This classification shall include message type such as urgent and normal. 5.36 OUTCALLING RBSTRICTIOH BY DESTINATION LOCATION. (D/O) The system manager shall have the capability to restrict system outcalling by destination location. AUDIOTEX 5.37 AUDIOTEX FUNCTION (M1 The system shall provide an audiotex or voice bulletin capability for use by the departments. This function will allow callers to access the system and receive detailed information or brief announcements concerning various subjects. These announcements shall be accessed by the general public or employees via their telephones. These voice bulletin beards should have distinct operation types including listen only, listen and respond and caller directed choice of listening. There must also be the ability for the caller to control the playback of the messages. The system manager will control these audiotex mailboxes. These mailboxes must also allow the caller the ability to return or be routed to a live attendant. 5.35 AUDIOTEX MESSAGE CAPABILITIES (L4) A) The user will call in and have the ability to listen only to prerecorded messages. B) The user will access the mailbox and have the capability of leaving a recorded response. 5.39 AUDIOTEX USER CHOICES (M) Users must be able to choose the announcement (via provided menus) they wish to listen to in multiple announcement mailboxes by using touch-tone commands. 5-40 AUDIOTEX RETURN TO AN OPERATOR fM)_ Users must have the option of returning to an operator and/ or other designated extensions while using these mailboxes, 5.41 AUDIOTEX PLAYBACK CONTROLS fM) The following playback controls must be available to the users. Rewind Advance Pause PAGE 5.00-8 VOICE PROCESSING TECHNICAL REQUIREMENTS IC AUTOMATED ATTENDANT 5.42 GPSCIALIZED CALL PROCESSING FUNCTION (M) The system shall provide a specialized call processing capability for use in routing callers through various steps or procedures. This function must be capable of presenting a menu of options for the caller to select. By utilizing touch-tone commands, the caller must be able to select from these options for specific routing. The City of Lodi requires the capability of using the Automated Attendant feature either as a full time, a back-up, or as an after hours attendant. The capability of routing callers with rotary phones to live attendants is required. 5.43 SPECIALIZED CALL PRQCBSSING CALLER ROUTING LM L The caller must also have the ability to enter a single digit command and be routed immediately to an extension number, 5.44 SCP SYSTEM ADMINISTRATOR CONTROL (M Specialized call processing will be controlled by the system manager and the ability to change routing with established SCP routines must be easily accomplished and managed by system manager. 5.45 SCP PROMPTS (M) Prompts for SCP must be able to be dialed over by the user via touch-tone commands . 5.46 SCP TRANSFER (M1 Users must be able to transfer from SCP to voice mail mode with touch-tone commands. PAGE 5.00-9 ACCEPTANCE/EXCEPTION FORM EACH VENDOR SHALL INITIAL AND MARK WITH AN (X) THEIR ACCEPTANCE OR EXCEPTION OF EACH PARAGRAPH LISTED BELOW. IN THE EVENT AN EXCEPTION IS TAKEN, AN EXPLANATION OF THE EXCEPTION SHALL BE ENCLOSED WITH THEIR PROPOSAL. PARAGRAPH ::CE E 'E i INITIAL 5.01 5.02 5.03 5.04 5.05 5.06 5.07 5.09 5.10 5.11 5.12 5.13 5.14 5.15 5.16 5.17 5.18 5-19 5.20 5.21 C Ll PARAGRA 5.22 5.23 5.24 5.25 5.26 5.27 5.28 5.29 5.30 5.31 5.32 5.33 5.34 5.35 5.36 5.37 5.38 5.39 5.40 5.41 5.42 5.43 5.44 5.45 5.46 PAGE 5.00-10 ACCEPTANCE/EXCEPTION FORM CONTINUED: ACCEPTED EXCEPTION INITIAL PAGE 6.00-1 TECHNICAL IFICATIONS SYSTEM! CONFIGURATIONS OPTION #1 TELEPHONE SYSTEM FOR MAIN LOCATION What product are you bidding? Time on Market #Local installations -by bidder Number of certified technicians Maximum trunk capacity Maximum line capacity Software Version Revision Number Pm;er Loss Restart time Required room size CEquipment power room requirements System Voltage AC o r DC? Equipment room environmental requirements — Type Demarcation block Is full "on-line" redundancy available? FCC registration # Ringer Equivalency Location of nearest service facility PAGE 6.00-2 TECHNICAL SPECIFICATIONS SYSTEM CONFIGURATIONS OPTION #1 6.01 UPGRADE CURRENT SL -1M TO MERIDIAN ONE The City of Lodi would like to retain all existing equipment, shelves, cards, telephones etc., during the course of this upgrade, The current configuration will basically remain the same except for a few minor additions. Listed below are the current sys-em statistics. TRUNK PORTS 25 DID TRUNK PCRTS 10 ANALOG PORTS 165 (39 are being used for OPXs) SL -1 PORTS 79 PAGING PORTS 2 CONSOLE PORTS 1 SEE EXHIBIT A FOR NETWORK DIAGRAM CURRENT SOFTWARE OPTIONS VERSION 711 - RELEASE 4 - ISSUE 21 OPTF CDR CTY RAN TAD EES INTR BRTE MSB SS25 DDSP ODAS DI CHG CAB BQUE NTRF NCOS CPRK SSC HIST BARS PQ*.FE FCBQ HOT PAGE 6.00-3 TECHNICAL SPECIFICATIONS SYSTEM CONFIGURATIONS OPTION #1 6-01 UPGRADE CURRENT SL-lM TO MERIDIAN ONE conk_ NEW CONFIGURATION ITEM EQUIPPED WIRED CAPACITY TRUNK PORTS 25 30 60 DID PORTS 20 20 40 T-1 SPANS 1 1 2 OPXs 15 25 50 ANALOG PORTS 165 176 250 SL -1 PORTS 79 79 90 CONSOLE PORTS 1 1 2 SYSTEM ADMIN TERMINALS 1 1 1 VOICE MAIL PORTS 12 12 24 PAGING PORTS 2 2 2 SOFTWARE Software must be the latest release available. Vendors must specify the additional software options that are included on the appropriate form. Vendors must also include in their proposal Meridian Manager with Station Administration. PAGE 6.00-4 TECHNICAL SPECIFICATIONS SYSTEM CONFIGURATIONS OPTION #2 TELEPHONE SYSTEM FOR MUNICIPAL SERVICE CENTER What product are you bidding? Time on Market #Local installations by bidder (N.CA.) Number of certified technicians Maximum trunk capacity Maximum line capacity Software Version Revision Number Power Loss Restart time Required room size Equipment power room requirements System Voltage AC or DC? Equipment room environmental requirements Type Demarcation block Is full "on-line" redundancy available? FCC registration # Ringer Equivalency Location of nearest service facility, PAGE 6.00-5 TECHNICAL SPECIFICATIONS SYSTEM CONFIGURATIONS OPTION #2 6.02 INSTALL A NEW MERIDIAN ONE PBX AT M.S.C. MSC currently has 24 OPXs connected to the Main location, and 5 dedicated trunks. The equipment is a mixture of single line telephones and IA2 key systems, MSG will continue to use all of their existing single line telephones, and will replace the multi -button sets with Meridian Digital telephones. The City of Lodi would like to see, as an option, an external paging system for the MSC yard area. CONFIGURATION ITEM EQUIPPED WIRED CAPACITY TR= PORTS 5 8 10 T-1 SPANS 1 1 2 OPXs * All existing OPXs will be disconnected ANALOG PORTS 33 40 70 DIGITAL PORTS 11 16 32 SYSTEM ADMI1T TERMINALS 1 I 1 PAGING PORTS 1 1 2 SOFTWARE Software must be the latest release available, Vendors must specify the additional software options that are included on the appropriate form. Vendors must also include in their proposal Meridian Manager with Station Administration. TERMINAL EQUIPMENT M2008 telephones 7 M2112 telephones 2 M2317 telephones 2 * All existing analog telephones will be reused. TECHNICAL SPECIFICATIONS SYSTEM CONFIGURATIONS OPTION #3 PAGE 6.00-6 KEY TELEPHONE SYSTEMS What product are you bidding? Time on Market #Local installations by bidder Number of certified technicians Maximum trunk capacity Maximum line capacity Software Version Revision Number Power Loss Restart time Required room size Equipment power room requirements System Voltage AC or DC? Equipment room environmental requirements Type Demarcation block Is full "on-line" redundancy available? FCC registration # Ringer Equivalency Location of nearest service facility PAGE 6.00-7 ,,..� TECHNICAL SPECIFICATIONS SYSTEM CONFIGURATIONS OPTION 6.03 INS Mj KEY SYMMEM FOR THE ]FOLMNIM PARKS AND RECREATION ITEM EQUIPPED WIRED CAPACITP TRUNK PORTS 3 4 8 OPXs (far end) 5 8 10 DIGITAL PORTS 18 20 32 TERMINAL EOUIPMENT Attendant Position telephones 2 Busy Lamp Fields 2 Multi -line telephones (Minimum 8 buttons) 18 HUTCHINS STREET SQUARE ITEM EQUIPPED WIRED CAPACITY TRUNK PORTS 5 3 12 OPXs (far end) 3 4 8 DIGITAL PORTS 3 4 8 ANALOG PORTS 4 4 8 TERMINAL EQUIPMENT Multi -line telephones (Minimum 8 buttons) 3 # The current single line telephones will be reused. PAGE 6.00-8 TECHNICAL SPECIFICATIONS SYSTEM CONFIGURATIONS OPTION 6.03 INSTALL NEW KEY SYSTEMS FOR THE FOLLOWING cont WHITE SLOUGH WASTE WATER PLANT ITKM EQUIPPED WIRED CAPACITY OPXs (far end) 3 5 8 DIGITAL POKTS 2 4 8 ANALOG PORTS 9 12 16 TERMINAL EQUIPMENT Multi -line telephones (Minimum 8 buttons) 2 FIRE STATION #2 ITRM TRUNK PORTS OPXs (far end) DIGITAL PORTS TERMINAL EQUIPMENT Multi -line telephones (Minimum 8 buttons) EQUIPPED WIRKD CAPACITY 1 2 4 1 2 3 7 8 16 7 # All existing single line telephones will be reused. PAGE 6.00-9 TECHNICAL SPECIFICATIONS SYSTEM CONFIGURATIONS OPTION #4 VOICE PROCESSING SYSTEM What product are you bidding? Time on Market #Local installations by biddor Number of certified technicians Maximum port capacity Maximum storage capacity Software Version Revision Number — Power Loss Restart time Required room size Equipment power room requirements System Voltage AC or DC? Equipment room environmental requirements Maximum distance from PBX Is full "on-line" redundancy available? FCC registration # Location of nearest service facility_ PAGE 6.00-10 VOICE PROCESSING TECHNICAL REQUIREMENTS SYSTEM CONFIGURATIONS OPTION #4 6.04 VOICE PROCESSING FOR ALL DEPARTMENTS OF THE CI CONFIGURATIONS nESC_RTPTTow FOITTPPrn MAXTM17M rAPAC-TTY PORTS 12 24 INFORMATION MAILBOXES 10 20 SUBSCRIBERS 400 600 ADMINISTRATION TERMINALS 1 2 HOURS OF STORAGE - Vendors should equip the system to accommodate this configuration for medium to heavy usage. AVERAGE # MESSAGES PER DAY PER SUBSCRIBER 5-10 AVERAGE MESSAGE LENGTH 30-40 seconds AVERAGE CONNECT TIME - AUTO ATTENDANT 30 seconds AVERAGE MESSAGE RETENTION TIME 4-5 minutes PAGE 6.00-11 ACCEPTANCE/EXCEPTION FORM EACH VENDOR SHALL INITIAL AND MARX WITH AN (X) THEIR ACCEPTANCE OR EXCEPTION OF EACH PARAGRAPH LISTED BELOW. IN THE EVENT AN EXCEPTION IS TAKEN, AN EXPLANATION OF THE EXCEPTION SHALL BE ENCLOSED WITH THEIR PROPOSAL. I 2 �# Tei �#AWA 5.01 6.02 6.03 6.64 ACCEPTED EXCEPT — PAGE 7.00-1 SYSTEM PRICING GENERAL REQUIREMENTS VENDORS SHALL PROPOSE ALL APPROPRIATE UPGRADE OPTIONS AVAILABLE TO THE CITY OF LODI. THHIS INCLUDES ANY SPECIAL PROGRAMS THAT ARE CURRENTLY BEING OFFERED THROUGH NORTHERN TELECOM. VENDORS ARE ENCOURAGED TO SUBMIT ALTERNATE PROPOSALS WHICH WOULD MEET THE INTENT OF THE SPECIFICATIONS BUT ARE LESS EXPENSIVE OR PROVIDE ENHANCED SERVICES. ALL OPTIONS PROPOSED SHALL INCLUDE ANY AVAILABLE LEASE PURCHASE OR RENTAL OPTIONS. VENDORS SHALL STRUCTURE THE PRICING FOR EACH OPTION IN THE FOLLOWING MANNER: TOTAL EQUIPMENT COST TOTAL LABOR COST APPLICABLE TAXES TOTAL PRICK MAINTENANCE VENDORS SHALL PROPOSE A FIVE (5) YEAR MAINTENANCE PLAN (AFTER THE INITIAL ONE (1) YEAR WARRANTY) FOR EACH OPTION PROPOSED. VENDORS SHALL BREAK OUT PRICING IN THE FOLLOWING MANNER: YEAR 2 YEAR 3 HEAR 4 YEAR 5 YEAR 6 *VENDORS SHALL SPECIFY ANY ADDITIONAL DISCOUNTS FOR MULTIPLE YEAR CONTRACTS. .-IN PRICING PAGE 7.00-2 OPTION #1 - UPGRADE SL -1M TO MERIDIAN ONE PAGE 7.00-3 PRICING PAGE 7.00 - 4 PRICING OPTION #3 - INSTALL NEN KEY TELEPHONE SYSTEMS FOR: PARKS AND RECREATION HUTCHINS STREET SQUARE WHITE SLOUGH WASTE: WATER PLANT FIRE STATION #2 PAGE 7.00-5 PRICING OPTION #4 - INSTALL A VOICE PROCESSING SYSTEM! PAGE 7.00-6 POST CUT PRICING Indicate the cost to add the following equipment after "acceptance" These costs shall be guaranteed for I vex from the date of final system acceptance. Contractor shall list equipment cost only not including labor. ITEM PRICE Additional Shelves Trunk Cards T-1 Cards DID Trunk Cards Analog Line Cards Digital Line Cards TIE Line Cards Attendant Console Multi -line Telephones Model M2008 Model M2009 Model M2112 Model M2616 Model M2317 S/L Sets with Tap Wall -mount k i t s Pre -wires (including labor) Hourly Labor Rate CASH PURCHASE PAGE 7.00-7 ADDITIONAL INFORMATION ADDITIONAL SOFTWARE OPTIONS Please ist any 3itional software hat is i i t software for the Meridian One. Vendors shots cLve a brief description for each option, and state ther or not th particular option is . t in the r . al OPTION # DESCRIPTION INCLUDED Y/N Y PAGE 7.00-8 ADDITIONAL INFORMATION ADDITIONAL SOFTWARE OPTIONS cont. OPTION # DESCRIPTION INCLUDED YIN PAGE 7.00-9 ADDITIONAL INFORMATION REQUIRED 1) A BILL OF MATERIALS FOR EACH OPTION. 2) A MINIMUM OF TEN (10) REFERENCES WHO CURRENTLY USE THE SYSTEM PP.OPOSED . 3) A BAY FACE LAYOUT OF ALL CABINETS AND ALL CIRCUIT CARDS INSTALLED. 4) A SAMPLE IMPLEMENTATION SCHEDULE. S) USER GUIDES FOR ALL PROPOSED TELEPHONES INCLUDING THE ATTENDANT CONSOLE. 6) A SYSTEM DESCRIPTION MANUAL FOR EACH SYSTEM PROPOSED. 7) BROCHURES ON ALL PROPOSED EQUIPMENT. 8) A SAMPLE OF ALL CONTRACTS. 9) A COMPANY ANNUAL REPORT. EXHIBITS CITY HALL ( 221 W. Pine) 200 pair cable Public Safety (210 & 230 W. E1mJ SL -1 PBX ----N , (Located in Public Safety IBuilding) (100 pair) EXHIBIT A CURRENT NETWORK CITY OF LODI (25 pair) N (25 pair) PAGE 8.00-1 Munici pa? Service Parks & Rec 025 N. Stockton St) 5 = OPXS 3 = Dedicated Lines Hutchins St. Square (125 S. Hutchins) 3 = OPXS 5 - Dedicated Lines (City Pays) White Slough 02751 N. Thornton) 3 = OPXS Fire Sta. 02 (705 E. Lodi Ave.) 1 - OPX 1 =Dedicated Line Hall of Justice: Court House F ire Prev. CARN. Library Fire Sta. 4r3 (Next to City Hall) (315 W. Elm) (217 W. Elm) FORUM (201 W. Locust) (2141 S. Ham Ln.) (305 W. 2 = OPXs 1 = OPX County Telephones PINE ST.) 3 = Dedicated 1 = Dedicated Line PAGE 8.00-2 EXHIBIT B CURRENT S 11 All of the systems described below need to be maintained, along with the new equipment, under a maintenance contract. 1) CITY HALL - NORTHERN SL -1M PBX CABINETS,CARDS TERMINAL EQUIPMENT, BATTERS BACK-UP, ETC. 2) SINGLE LINE TELEPHONES - 151 3) 1A2 MULTI- BUTTON TELEPHONES - 37 4) SL -1 TELEPHONES - SO 5) FIRE STATION #2 - ONE (1) TIE KEY SYSTEM - 7 TELEPHONES 6) FIRE STATION #3 - ONE (1) ISOETEC KEY SYSTEM - 5 TELEPHONES 7) PUBLIC SAFETY - ONE (1) EXTERNAL PAGING SYSTEM 8 ) NUMEROUS BELLS AND CHIMES PAGE 8.00-3 EXHIBIT C `f INSTALLATION SCHEDULE LISTED BELOW ARE THE TARGET DATES FOR EACH INSTALLATION FOR THE CITY OF LODI. VENDORS SHOULD INCLUDE THESE DATES IN THEIR IMPLEMENTATION SECTION. THE CITY OF LODI WOULD LIKE ALL "CUTOVERS" TO TAKE PLACE AFTER HOURS TO ENSURE THAT SERVICE IS NOT DISRUPTED. IF THESE DATES CAN NOT BE MET, OR CAN BE ESCALATED, VENDORS SHOULD SPECIFY DATES PREFERRED. 1) UPGRADE OF SL -1M COMPLETED 1/13/92 2) VOICE PROCESSING SYSTEM COMPLETED 1/13/92 3) MSC PBX INSTALLATION COMPLETED 1/20/92 4) PARKS AND REC. INSTALLATION COMPLETED 1/27/92 5) HUTCHINS STREET INSTALLATION COMPLETED 2/3/92 6) WASTE WATER PLANT INSTALLATION COMPLETED 2/7/92 7) FIRE STATION #2 2/12/92 services ounomg ` MUNICIPAL SERVICE CENTER PAGE 8.00-4 Covered Storage t00% FLOOR PLANS 577/1\ ELECTRIC UTILITY PHONE ASSIGNMENT REST ROM LOCKER ASSEKRLY ASS ROOM ROM 763 5 & 786 769 A ' /~� | MMIAMMED AN TOM 779-16 Lp 779 377-' 1 I 577 REST FLET RICX V A, REPAIR ROOM METERING CT 7:T EL cTRm4L STORAGE METERM - 764 OOK .'I(o7 AREA i, AN 368-3766 NMA RATES A ZN RE S RESOuRc:Es 369-7771 -SINGLE LINE PHONE 746 748 A, 1 A, FUTURE RLDG. Ae DQUIRS LINE PHONE RATES L RESOURCES 765 763 66] 766 COMPUTER ROOM z� . 748 Jim BILL AL DAVE 368-3766 AA '4& JACK ALL 5 BUTTON PNONE3 HAVE THE FMAZWING NUMBERS ` , +� ~— ' ` �t�' ' _----_-__----- _-- ' ' PL-RCHA-,9TNa-M5C MAY 22'91 City Manager's offic, ,SINGLE LIME PHONES (Ywt ScAte—� Public Works Deparment Pao Bell D -Mark 4-339-9026 (Conduit) 16 =Total Phones A► ` a r Perks & Recreation Department (125 N. Stockton St.= TIE 820 Key System 18 - Phones Parrs Dept. 6 = Phones Storage Area 50 pair aerial cable k L1 i KSU t A A Recreation Department Garage V" 120 - LU W 12 k- tn W N cc o Playground Shop Building Soccer Field Handball Courts SITE PLAN HUTCHREST NS Hutchins Street Square _ QUARE 925 S. Hutchins Street, Lord -i,_ CA 95240` OAK STREET X C'fy otF+cc Telcpl�rxs Parking Lot Multipurpose Al (s} Building k Basketball Courts Phone Numbers and Locations: FNh SeniorxC 'omplex C9) (:rl x (X Parking Lot WALNUT STREET 0 xWFne Arts /.Wein X 1) Lodi Art Center 2) Theatre Director's Office 3) Lodi Arts Commission 4) Community Center Office 5) Community Center Office 6) Community Center Office 7) Field and Fair Day Office 8) Camp Hutchins 9) Senior Center Director's Office 10) Senior Center Legal/IiICAP Office 11) Senior Center 12) Adult I)ay Services Center - Lodi Memorial 13) Adult Day Services Center - Lodi Memorial 14) Pacific Bell Payphone - outside North hall 15) Pacific Bell Payphone - Fine Arts Building 16) Pacific Bell Payphone - Multipurpose Building 17) Senior Complex Swimming Pool 18) Pacific Bell Pay Phone - Senior Complex Auditorium MAY 2 2 '91 y Manager's Offic; W W cc CD Z H 368-4925 367-1350\C�M1Q 369-495 333-6782 (.3 -lines) 334-5634 ext 596;, 7 369-4443 369-4443 333-9673 353-9900 3 t- 21 369-2765 333-9670 u's, A. Do*. ,,loptoy 000. TO �-- Ojl y "L" CLVD ZLK p CE -r-C nw -Ac-Lex -4u.L I rftnit —awc 110. ot I , PIC r.:t ss 'ltkqA7-- -Y-wtsl Cut-FTOK, 'I V\ 1f ^t S .3 %1gnf I TIf r.Atu I .pWWeK r-qJ f, L7o$-� 6 Fe. t,-Ttr fm�- -�rf. Its, �Fl ft --.4 0 FLOOR PLAN WHITE SLOUGH W' TER POLLUTION CONTROL FACIL I-, Fire Station 12 (705E. Lodi Ave.) TIE 516 368-5895 7 = Phom Ext. 555 Entrance