Loading...
HomeMy WebLinkAboutAgenda Report - May 16, 1984 (35)(2C -$17 SPBC IFICAT ICTNS RR ALAAJ WNITRIIG SYS'1' l APPI"11) 00 CITY COUNCIL MEETING MAY 16, 1984 ai Fo 11 owi ng i n t roduc t i on o f t he nvi t i e r by the Ci t y Manager rind various Staf f mmbers, Counci 1, on mot icon of Comei I Wni>er Pinkerton, Olson second. approved the specifications for an Alarm Monitoring System and authorized the City Clerk to advertise for bids thereon. '.i. '• 1 ' `: i� _ - e'bt1 Vy J7�T•i` • ! "fir '.y � '>:'.l t ►.a ' V <`,e t v e N'� h ^4 A ' f i'" ♦ • - . n.y .. , n a ri: .... y..._ ti. !V tf,Va'`lr, _ - `-t.`Ni- • zSfY s �, i Tti � �e �� �, • A , i 4F."i:"1" SST � ` a ; h •' _ .'� ,1 y_.' ... est ._ _ i�1',,.,7NL - i'iY ��� ... CITY COUNCIL IOHN R (Randy)SNIDER. Mayor DAVID .M HINCHMAN Mayor Pro Ten►pore EVELYN M OtSON ►AMTS W PINKIkTON. It IRIDM REID ow CITY OF LODI CITY HALL. 221 WEST PINE STREET POST OFFICE BOX 320 LODI, CALIFORNIA 95241 (209) 134.5634 May 18. 1984 PROJECT: LODI POLICE DEPARTMENT Alarm Monitoring System TO PROSPECTIVE BIDDERS: HENRY A CLAVES. It City Manager ALICE M R(IMCHE City Clerk RONALD M STEIN City Attorney Enclosed is a set of plans and specifications for the above project. We are sending them to you based on your previous interest in jobs of this type. Since we are not requiring a deposit for these plans and speci- fications. WE WOULD APPRECIATE YOUR RETURNING THEM AS SOON AS POSSIBLE if you decide not to b;d. it is our intention to furnish prospective bidders and the successful contractor with all the information necessary to complete the work out- lined in these plans and specifications. If there are any questions during bidding concerning these plans a. -!,i specifications. please direct all inquiries to: Larry D. Hansen Patrol Division Commander Lodi Police Department 230 West Elm Street Lodi. California 95.240 Phone: (209') 333-6726 if you do bid, submit your bid on the separate bid proposal. You may keep these documents for your files. Be slue to include the necessary bid bond. Sincerely. Larry D. Hansen Lodi Po);ce Department Enclosures LDH: jkm ON m C I T Y O F L O D I POLICE DEPARTMENT PLANS AND SPECIFICATIONS FOR ALARM MONITORING SYSTEM LODI POLICE DEPARTMENT FE M NOTICE INVITING BIDS LODI POLICE DEPARTMENT ALARM MONITORING SYSTEM CITY OF LODI, CALIFORNIA Sealed proposals will be received by the Purchasing Agent, Lodi City Hall, 221 West Pine Street, Lodi, Ca. 95240 until 11:00 a.m. on Wed- nesday, June 6th. 1984, at which time they will be publicly opened and read for performing the following described work. Only proposals actually received by the Purchasing Agent by the time set for the bid opening will be accepted. The work consists of furnishing and installing a new alarm monitoring system on the communications center of the Lodi Police Department. The work to be performed shall be completed within 60 calendar days after both parties have signed the contract, and the Contractor shall begin work within ten (10) days after the contract date. In accordance with the provisions of Section 1770 to 1778 of the Labor Code of the State of California, the City of Lodi has ascertained that the general rate of per diem wages and wage rate for holidays and over- time applicable to the locality in which the work is to be done are as set forth in Resolution No. 4222 of the City of Lodi, copies of which are on file in the office of the City Clerk. to The City of Lodi hereby notifies all bidders that it will affirmatively insure that, in any contract entered into pursuant to this advertise- ment, minority business enterprises will be afforded full opportunity to submit bid; in response to this invitation and will not be discri- minated against on the grounds of race, color. sex or national origin in consideration for an award. For any moneys earned by the Contractor and withheld by the City of Lodi to ensure the performance of the contract, the Contractor may, at Contractor's request and expense. substitute securities equivalent to the amount withheld in the form and manner and subject to the con- ditions provided in Chapter 13 (commencing with Section 4590), Division 5, Title 1 of the Government Code of the State of California. No bid will be considered unless it is submitted on a proposal form furnished by the City of Lodi. The City Council reserves the right to reject any or all bids and to waive any irregularity in the completion of such forms. By Order of the City Council ALICE M. REIMCHf City Clerk PROPOSAL ALARM MONITORING SYSTEM 40 for the LODI POLICE DEPARTMENT FOR THE CITY OF LODI, CALIFORNIA PROPOSAL TO FURNISH EQUIPMENT AS SPECIFIED IN THESE SPECIFICATIONS FOR THE CITY OF LODI, CALIFORNIA. Name of Bidder Address of Bidder To the Lodi City Council City Hall Lodi, California The undersigned, as bidder, declares that he has ca-refully examined the Infor- mation to Bidders and Specifications filed for furnishing and delivering equipment, and agrees that he is fully informed regarding all of the conditions affecting the materials to be furnished for the completion of the work, and that his information was secured by personal investigation and research and not from any estimate of the engineer; and that he will make no claim against the City - by reason of estimates, tests or representations of any officer or agent of the City; and he proposes and agrees that, if the proposal be accepted, he will furnish the City of Lodi the necessary apparatus and material -s specified in the bl-d 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 bid, and to reject any or all bids or to accept other than the lowest bid All items listed below are to be in accordance with the City of Lodi Specifica- tions dated May, 1984. 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 on strict conformance to the Specifications in all respects. If exceptions are taken, they will be cleared before the award is made. If awarded the bid, the undersigned agrees to furnish and deliver the equipment described in the Specifications and that he will take in full payment therefor the following unit and total prices, to -wit: ri BID ITEMS ITEM NO. DESCRIPTION 1. 2000-1 Main Frame Unit 2. RYI 32 Unit Interface 3. MBD320A Memory Board 4. Cable Interface 5. Vertical Rack for RPi 32 Units 6. Battery Supply 7. Case Thermal Tape for 2000-1 8. Plus In Power Line Surge Protector 9. ADEMCO Digital Dialer Receiver 10. Cost of Wiring Specifications TOTAL PRICE N EST'D UNIT TOTAL QTY. PRICE PRICE 1 $ S 4 1 100' I 1 i 1 Delivery Time from date of order S It is understood and agreed that if this Proposal is accepted, the price quoted above is inclusive of sales or use tax, or similar tax now imposed by Federal, State or other governmental agency upon the material specified. The undersigned submits with this Proposal complete manufacturer's speci- fications covering all material bid. Failure to provide adequate information may cause rejection of bid. In any case where discrepancy in extension may occur, the Bidder agrees that the unit price shall be taken as the correct figure. All bidder's guarantees will be returned to the respective bidders after the purchase order has been awarded. except for those bid guarantees of bidders who may be given further consideration if the low bidder does not elect to accept the purchase order. After the award. if the Contractor awarded the bid does not accept the purchase order, he will forfeit his bidder's guarantee. All bidder guarantees of unsuccessful bidders will be returned upon acceptance of the purchase order. Accompanying this Bid Proposal is (insert the words "cas.h," "Certified Check". "Cashier's. Check," or "Bidder's Bond." as the case may be)payable to the City of Lodi in the amount equal to at least ten percent (10%) of the total bid (Schedule 1) which is to be deposited with the City of Lodi as required. It is understood that no verbal agreement or conversation with any officer, agent or employee of the City, either befora or after the execution of the Contract, shall affect or modify any of the terms or obligations of this Bid Proposal. 11 The undersigned declares that the only person or persons interested in this proposal as principal or principals is or are the undersigned, and that no person other than the undersigned has any interest in this Bid Proposal or in the contract proposed to be taken; that this proposal is made without any connection with any other person or persons making a bid or proposal for the same purpose; that the proposal is in all res- pects fair and in good faith and without collusion or fraud; that no City Officer, either elected or appointed, and no City Empiogee is, shall be or become directly or indirectly interested as principal or principals in th-is Bid Proposal or in the contract proposed to be made, or in the supplies, work or business to which it relates or in any portions of the profits thereof. Bidder F Authorized Signature TiLIe TYPE OF ORGANIZATION Individual, Partnership or Corporation Address Telephone Number Dated (Affix corporate seal if Corporation) TABLE OF CONTENTS 1. INTRODUCTION 2. GENERAL TERMS AND CONDITIONS 2.1 Introduction 2.2 Monitoring System 2.3 System Completeness 2.4 Equipment Offering 2.5 Documentation 2.6 List of Users 2.7 Contract Surety Bond 2.8 Bid Samples 2.9 Training 2.10 Installation 2.11 Site Examination 2.12 Warranty 2.13 Maintenance G Repair 2.14 Exceptions 2.15 Delivery 2.16 System Acceptance 2.17 Bid Award Criteria 2.18 Quantities to be Bid 2.19 Parts 2.20 Bid Signature 3. GENERAL DESCRIPTION 3.1 Existing Monitoring System 3.2 Replacing Existing System 3.3 Telephone Equipment 3.4 Wiring Specifications 4. TECHNICAL SPECIFICATIONS 4.1 Genera) Requirements 4.2 System Equipment 4.3 Monitoring Capability 4.4 Message Screen 4.5 Message Recall 4.6 Priority Listing 4.7 Visual Indicators 4.8 Audible Indicators 4.9 Acknowledge Control 4.10 Thermal Printer 4.11 Action Type Switches 4.12 Quartz Clock 4.13 Stand-by Power 4.14 Modular Time 4.15 Computer Interface 4.16 Detachable Keyboard 4.17 Loss of Power 4.18 Digital Dialers 5. EQUIPMENT SPECIFICATIONS �`,j 5.1 Parts List 1. INTRODUCTION This Request for Bid (RFB) is being issued by the City of Lodi to solicit the bids from qualified vendors to furnish and install a new alarm monitoring system. The City desires a single supplier who will take system recnonsi- bility for all components specified in this RFB and ordered by the City. The line item pricing is requested so that the City wil-1 be able to identify the cost of each of the different items of equipment and associated installation charges and will have the option of deleting and/or augmenting quantities, depending on the availabilities of funds. The City reserves the right to accept or reject all or any portion of bids received. 1 2.0 GENERAL TERMS AND CONDITIONS 2.1 INTRODUCTION The intent of these specifications is to define the operational and equipment requirements necessary to implement and operate the police department's alarm monitoring system in a manner that is totally respon- sive to the needs of the user. All technical tolerances, ratings, and performance criteria are considered to be written within the current state of the art currently being met by commercially available equipment. Another intent of these specifications is to define quality equip- ment, which is dependable and capable of delivering a maximum performance with high reliability. All equipment furnished under these specifications shall be new and shall not have been used in any demonstration or exhibit. Overall design shall meet or exceed the latest applicable standards of Underwriter Laboratories. 2.2 MONITORING SYSTEM All bids shall be for the entire system, as specified, to insure that a complete alarm monitoring system is bid so that nothing furnished remains to be purchased or supplied by the customer other than those items so indicated. Bid award (for the alarm monitoring system) will be made to a single vendor who will assume total responsibility, including supplying, Installing, and performing final checkout of the equipment and related materials provided under these specifications. 2.3 SYSTEM COMPLETENESS These specifications may not necessarily list all equipment re- quired to produce a fully operational system which will satisfy the City's requirement for an operational alarm monitoring system. It shall be the responsibility of the bidder to verify completeness of the equipment list and suitability of the equipment to meet the total requirements of this system. Any equipment or special installations required by the performance specifications and ..ot specifically mentioned herein shall be provided by the successful bidder withe;ut claim for additional payment. It shall be understood that bid award will be comprehensive in nature, leading to a completely operational system. 2.4 EQUIPMENT OFFERING Bidders shall offer equipment which most nearly meets specific details of these specifications. Any deviations must be stated in writing by the bidder at the time of the bid presentation, and shall include an opinion as to why the deviation will render equivalent of better performance and reliability. If no deviations are noted, the buyer shall assume complete conformance of these specifications and system requirements. The success- ful bidder will be required to assume responsibility for all equipment offered in the bid, whether or not he produces them. 2.5 DOCUMENTATION Each item requiring manual operation shall be represented by an operational guide or manual delivered before acceptance testing begins. Complete maintenance and service manual shall also be delivered for all equipment, with the minimum of two copies for each item. 2.6 LIST OF USERS Bidder shall have supplied and installed at least three systems of equal scope and complexity which must have been operating satisfactorily. Bidder must supply a list of current users of similar systems and equip- ment. The list shall contain names, addresses, and telephone numbers of contacts. 2,7 CONTRACT BONDS The Contractor shall furnish two good and sufficient bonds: 1. A faithful performance bond in the amount of one hundred percent (100%) of the contract price; and 2. A labor and materials bond in the amount of fifty percent (50%) of the contract price. These bonds will be required at the time the signed contract is returned to the City. 44 +.t) 2.8 BTG SAMPLES IW Bidder shall be capable of furnishing working production samples of equipment prior to selection of vendor. When req-uested, bidder shall supply samples within ten working days of the request. Bidders may be required to perform pre.)f of performance testing of the equipment in an actual functional operation and/or under simulated operating conditions at a location to be determined by the buyer. 2.9 TRAINING The successful bidder will assist the City of Lodi in developing and conducting training programs to allow operating personnel to Eeco.nee know- ledgeable with the system's operation at no additional cost to the buyer. The extent of such training shall be stated in bid documentation. 2.10 INSTALLATION All equipment furnished under this procurement shall be installed in its final operational position by factory trained and certified tech- nicians or installers. The City will provide instructions regarding site and bidding locations, necessary equipment, and i-nstallation requirements. 2.11 SITE EXAMINATION The City will provide detailed information and photographs of sites for examination by the bidder. However, bidders may wish to make addi- tional examinations to become thoroughly familiar with conditions affecting supplies, equipment and installation. 2.12 WARRANTY All equipment shall be guaranteed by the bidder for a period of one year against defects in design, material, and workmanship. The warranty `.MW period shall begin with installation and completion and system acceptance. Repairs arising out of claims made during this period ,rill cover labor and materials. MSL 14 2.13 MAINTENANCE AND REPAIR The bidder shall specify and clearly state bidders policy and procedure for maintenance and repair of all items delivered under any contract resulting from this bid specification. The bidder shall clarify provisions of maintenance and repair during the twelve-month warranty period. The bidder shall outline those routine and precautionary maintenance procedures and standard checkout procedures which should be used by the City. The bidder shall recommend a minimum of two companies that bidder certifies or considers competent to maintain all equipment furnished under this bid. These companies must have a repair facility within 50 miles of the buyers location. 2.1.4 EXCEPTIONS Any exception beyond tnese specifications must be stated in the formal bid letter. Explanation must be made for each item for which ex- ception is taken, giving in detail the extent of the exception and the reason for which it is taken in order for consideration to be given to the bid. 2.15 DELIVERY Vendor shall state the best guaranteed delivery time for all items specified in this procurement document. Delivery shall be FOB installation site. 2.16 SYSTEM ACCEPTANCE Any deviation in the system operation from the designed specifica- tions must be corrected by the contractor. Acceptance of delivery of the alarm monitoring equipment shall not release the bidder from liability for faulty workmanship. 2.17 BID AWARD CRITERIA The award of this procurement will be based on several criteria. In add;tion to the total price, the evaluation will also consider the responsiveness to the technical specification con-tained herein. The degree to which the equipment offered meets or exceeds the specifications, the bidder's submittal information-, whish relates to the bidder's long-term effectiveness and continuing ability to meet the specifi-cations (speci- fically, the short and long-term management assurance of high quality and responsive maintenance service that are available to this equipment), the assurance of bidder's ability to provide installation of all equipment to meet professional standards anu the overall suitability of the total offering in terms of meeting the City's needs for an alarm monitoring system. 2.18 QUANTITIES TO BE BID The list shown in paragraph 5.1 states the quantities of each item which are to be bid and quoted by each vendor. The quantities are based on a combination of the present needs of the City, the present availability of funds, and an estimate of the best price obtainable from established bidders and manufacturers. 2.19 PARTS The successful bidder shall formulate and state plans for assuring an ongoing stock of replacement parts for each item included in the offer- ing and shall guarantee to make available such parts as may be required for a period consistent with the life of the equipment or for a period of not less than ten years, whichever is greater. If one of the items or components becomes obsolete, it shall be the responsibility of the vendor to provide a device that will appropriately replace the defective unit if replacement parts are or:;ered. 2.20 BID SIGNATURE The bid shall be signed by an authorized person. A bid may be 14 signed by an agent of the bidder only if the agent is an officer of a corporate bidder and is authorized to sign contracts on its behalf, or by a member of a partnership bidder, or if properly authorized by a Power of Attorney submitted to the purchaser either prior to the opening of the bids or with the bid. Bids signed by agents not so authorized will be rejected. Unsigned bids will apse be rejected. 3. GENERAL DESCRIPTION 3.1 EXISTING MONITORING SYSTEM The monitoring system now in existence consists of a display panel which is remotely located from the primary equipment. The display panel Is temporarily set up in the dispatch center. The panel measures approxi- mately 20"' x 18" x 2" and operates with alarm circuits which utilize a dedicated telephone pair. The alarm signal is generated by interruption of line current. The alarm circuits display a green light when the circuit Is secure, then a red light and audible buzz indicates an alarm activation. After an alarm is activated the circuit is depressed to stop the audible and an orange light appears Indicating an alarm is out of service. The primary relay group is located in the radio room of the basement. 3.2 REPLACING EXISTING SYSTEM Because of the scope and magnitude of this replacement, the bidder will be expected to redo and replace the primary relay group wiring, and since the interface unit will have to be installed in the present radio room, bidders will be required to present a plan for the orderly changeover of equipment that will cause the least amount of disruption to ongoing operations. 3.3 TELEPHONE EQUIPMENT The vendor will perform the necessary wiring between the TELCO Demarcation Point and the alarm receiving equipment. The wiring will be installed according to the following specifications. 3.4 WIRING SPECIFICATIONS Prior to in,tallation of the new alarm board, the telephone company will install R J Blocks as established demarcation point. Next to the R J Blocks bidder will provide and install eight 25 pair connect;ng blocks mounted on a backboard. The 25 pair TELCO Communication Table will be connected to these blocks u%;. -.g accepted telephone industry wiring stan- dards (See Appendix A). Wire connections to alarm panel will be made using 25 pair TELCO Communications Cable Wire in accordance with standard TELCO wiring scheme (See Appendix A). Cables will be attached to alarm equipment frame using cable straps. The display monitor will be connected to the alarm board using cable interface. 4. TECHNICAL SPECIFICATIONS 4.1 GENERAL REQUIREMENTS It is the intent of these specifications to provide the police de- partment with an alarm monitoring system that shall, upon receipt of an alarm, instantly indicate to the dispatcher, the name, address, type of alarm, number of the alarm, plus date and time of receipt, on a screen sufficiently large to enable the dispatcher to read and immedlately broad- cast the information without the n;:essity of referring to a Roiodex or numerical list of names. The message sha.11 be in plain English language and be visible to the naked eyn from a distance of 61. in addition to the above a hard copy printout shall simultaneously be created on a thermal printer indicating Iv ):jin English the type of alarm, circuit number, exact time and date of receipt of alarm. 4.2 SYSTEM EQUIPMENT The alarm system shall consist of a control console with printer and alpha -numeric display screen. Maximum size is 19" wide x 7" high x 1511 deap, rack mounted. Additional equipment that need not be accessible to operating personnel shall be located remotely within police headquarters. Equipment and mechanical arrangement should be similar and equal to that as manufactured by Digitize, Inc., Lake Hopatcong, New Jersey. 4.3 MONITORING CAPABILITY The system shall be capable of monitoring up to 1,024 alarm cir- cuits received by direct telephone leased lines. The system shall be capable of receiving alarms from dry contacts or end -of -line resistor or polarity reversal alarm receiving modes. The system shall be capable of receiving the correct line information from polarity reversal circuits with currents as low as (2)mA per circuit. 4.4 MESSAGE SCREEN T!,e system shall provide a three -line 48 -character message in any combination of letters or numbers. The minimum size of the message screen is to be five and a half inches (51") wide x three inches (3) high and the characters shall be at last .33 inches (.33") high. Visibility of the message shall be uneffected by lighting conditions or glare and shall not fade or wash out.. Upon recei.pi of an alarm, the system shall automatically display a free formatted plain English message of any forty-eigh.t (48) characters, including the number of digits req_uircd to indicate the circuit number. A separate message shall be displayed for each circuit. 4.5 MESSAGE RECALL The system shall be capable of manually checking the status of any alarm condition at any time and also recall any individual display message upon demand. 4.6 PRIORITY LISTING The system shall provide multiple levels of priority such that a dispatcher will be shown changes in circuit status in the following order: W - FIRE alarms - or a priority selected by the Chief. - All other alarms (six (61) separate levels of priority). - Trouble - Secure - All circuits not in secure condition that are acknowledged. Alarm data during reception of multiple alarms shall be presented to the dispatcher for a period of three (3) seconds and alternately rotated with subsequent alarms. 4.7 VISUAL INDICATORS A button shall be provided to change the rate of alternation of alarm displays from one (1) each second:, to seven (7), In one (l') second increments. A button shall be provided to allow the operator to access additional screens of information pertaining to the subscriber account being displayed. The system shall include as a minimum, but not necessarily limited to the following visual indicators in addition to the Alpha Numeric display: - A red LED for indication that the circuit on the display is in an "ALARM" condition. - A yellow LED for indication that the circuit on the display has a line "TROUBLE". - A green LED for Indication that the circuit on the display has been made "SECURE". - A red LED for indication that the circuit on the display has been taketi "OUT Of SERVICE". - A red indicator showing that a circuit has changed status. - The continuous display of time and date. 4.8 AUDIBLE INDICATORS The system shall be furnished with, as a minimum, the following audible indicators: I - A sonalert or equivalent to indicate a change in status of the displayed circuit. - An independent trouble signal to indicate the loss of the electronic supervisory signal. Changes in circuit status shall cause the sonalert to produce alerting beep tones not more than three (3) seconds and not less than one (l) second apart. 4.9 ACKNOWLEDGE CONTROL An Acknowledge Control shall be provided. Activations shall per- form the following functions as a minimum: - Siience the audible signal which indicates changes in Circuit Status. - Extinguish the red lamp which indicates changes in Circuit Status. - Log on the printer the time and date of activation including the Circuit number being acknowledged. Activation of the Acknowledge button shall not remove the location information from the display. 4.10 THERMAL PRINTER The unit shall contain as a minimum a twenty (20) column thermal printer. The paper roll shall have the capacity to record approximately one thousand (1,000) Circuit Status changes per roll and shall be arranged for ease of replacement. The expended paper shall be automatically vewound on a take-up spool located behind the front panel. The information recorded by the logging printer shall contain as a minimum, the following data in plain English format for ease of intelli- gibility: A. The Alpha Numeric data and Circuit number which appear on the first line of the display screen as a minimum. This print shall be in Double Height characters or equivalent means to differentiate the logging of status changes from all other conditions. _.1 B. New ALARMS shall cause the Circuit number to be printed on the far right side of the tape. C. New TROUBLES or SECURES shall cause the Circuit number to be printed on the far left side of the tape and shall clearly print TROUBLE or SECURE respectively. D. All activations of the dispatchers acknowledge control including Time, Date, and Circuit number being acknowledged. E. An automatic permanent record of all manual changes made to the Time or Date set controls shall be made. F. A record shall be made of all Circuits that are taken OUT Of SERVICE or restored to SERVICE, including the Time and Date of occurrence, Circuit number and condition Circuit was changed to. The unit shall include an operator control to allow for the testing of the print function. The unit shall automati-cally store In memory, infor- mation which is necessary to be printed, during the time required for the operator to change or make any adjustment to the paper roll. Stored data shall automatically be printed upon restoration of printer to normal operation. 4.11 ACTION TYPE SWITCHES The operator control panel shall be furnished with positive action type switches, properly identified to provide as a minimum.* 1. The Inputting of Time. Date or Circuit Number. 2. Acknowledging incoming ALARMS. 3. The clearing of an acknowledged and logged ALARM from the display screzn. 4. The ability to manually look up Circuit locations data. 5. Testing of all lamps. 6. Paper advance on logging printer. Controls for setting Time and Date shall be limited to authorized personnel by the use of keyed locking mechanism or equivalent. t X4.12 QUARTZ CLOCK The unit shall contain a quartz clock with a variation of not more than plus (+) or minus (-) ten (10) seconds per month and not more than plus (+) or minus () one and a half (1-1/2) minutes per year. Quartz clock shall provide a readout and display of Time in either a twelve (12) or twenty four (24) hour format. Time of day shall be indicated in hours, minutes and seconds. The system shall automatically advance the Time and Date at the correct intervals so that no adjustment shall be necessary except for February 29th in each year which is not a leap year. 4.13 STAND-BY POWER In the event of an interruption of power, the system shall auto- matically transfer to a standby power source (supplied by the bidder) and back to the original power source upon restoration, without any loss of circuit information, memory of time indication. It shall not be necessary for the operator to silence or acknowledge these changes in status of power. The system shall be of a "supervised" configuration so that an electronic malfunction shall cause an audible ALARM to alert operator of the condition. 4.14 MODULAR TYPE The system shall be of modular plug-in printed circuit type employing .06 inch thick G)O epoxy laminated board, 2 oz. copper plate as a minimum. Contact fingers shall be gold electroplated. 4.15 COMPUTER INTERFACE The system shall contain provisions to accept an internal module which will provide "serial" or "parallel" data outputs for compatibility with Computer Aided Dispatching Systems. 4.16 DETACHABLE KEYBOARD The system shall have a detachable keyboard for the purpose of entry, modification, or removal of data from the alarm message displd,. In addition to the standard Alpha Numeric typewriter style keyboard, the keyboard shall have the capability for editing of information t':ough the use of the cursor movement controls of up, down, left, and right. While entering data on the screen, the system shall have the capability to move the cursor anywhere in the screen area without disturbing any existing data. This will allow the operator to modify the information contained on the screen without the need to re -key the entire screen. The system shall be password protected so that in order to add, modify, or remove any Infor- mation, a six (6) letter password shall be required. The password, when entered via the keyboard, shall not appear on the screen for reasons of security. The system shall provide authorized personnel with the ability to create a new password. Through use of the keyboard, authorized personnel shall have the following capabilities: 1. The ability to add a new subscriber's alarm information. 2. The ability to modify one (1) or all characters of the ,. alarm message for an existing subscriber. 3. The ability to remove an existing subscriber's alarm message. All changes, additions, or deletions of information from the system shall be permanently logged on the paper tape to indicate the subscriber number, the page that was accessed, and what functions were performed. A change of status being received by the system during the period that infor- mation nfor-mation is being added, modified, or deleted shall cause the system to suspend that opera -tion and display the change of status (new ALARM, TROUBLE, or SECURE) to the operator. Upon acknowledgement of the zorre !.Latus changes which caused the system to suspend the operation needed to enter new data, the system shall provide a single control which will allot+ the operator to return to the exact spot of operation that the operator was engaged in prior to the change in status. $.17 LOSS OF POWER The system shall incorporate non-volatile memory so that a loss of both CA power as well as battery backup power shall not cause the system to lose any data, regardless of the time interval of power loss. A 4.18 DIGITAL DIALERS The system shall be capable of receiving signals from digital dialers via non -dedicated telephone lines. The system shall be capable of receiving signals from digital communicators which produce an ADEMCO format output. It shall display a comp-lete forty eight (48) character Alpha Numeric message for each channel of each digital dialer being received. The system shall have the capability to display up to eight (8) addi- tional pages of information containing the account and zone message being received. • 5.0 EQUIPMENT SPECIFICATIONS 5.1 FARTS LIST* 1. 2000-1 Main Frame Unit (512 Account Capability). 2. Four RPI 32 units interface. 3. MBD 320A memory board. 4. Cable interface. 5. Vertical rack for RPI 32 units (rack should be capable of holding up to 7 RP1 units). 6. Battery power supply. 7. Case thermal tape for 2300-1. 8. Plug in power Iine surge protector. 9. ADEMCO digital dialer receiver. 10. Wiring specifications as outli=ned in RFB. * Digitize or equivalent please provide specifications a APPENDIX "A" 40 Each 25 pair connecting block will be wired using the following color scheme: Pair 1 White/Blue 2 White/Orange 3 White/Green 4 White/Brown 5 White/Slate 6 Red/Blue 7 Red/Orange 8 Red/Green 9 Red/Brown 10 Red/Slate 11 Black/Blue 12 Black/Orange 13 Black/Green 14 Black/Brown 15 Black/Slate 16 Yellow/Blue 17 Yellow/Orange 18 Yellow/Green 19 Yellow/Brown 20 Yellow/Slate 21 Violet/Blue 22 Violet/Orange 23 Violet/Green 24 Violet/Brown 25 Violet/Slate L O D I 0 V P O L I C E D E P A R T M E N T January 24, 1984 M E M O R A N D U M Tot Marc Yates Chief of police From: Captain Larry D. Hanson Services Division Commander Subject: ALARM MONITOR3NG SYSTEM This Memo will outline the results of my research for a new alarm monitoring system. . The monitoring system now in existence consists of a display panel which is remotely located from the primary equipment. The primary relay group is located in the new radio room of the basement. The display panel operates with alarm circuits which utilize a dedicated telephone pair. The telephone signal is generated by interruption of line voltage. our existing monitoring system should be replaced for the following reasons: 1. The alarm panel has to be placed into one of the panels in the communication center. Because of the limited amount of space (21" x 9" x 14"), the existing panel is too large. 2. The state of the art has changed to the degree that our present equipment is outdated. The present board will show as activation, at which time the department merit respond as if there is in fact a break in or robbery in progress. The new alarm equipment avail- able has the capability of advising when the activation is due to equipment failure, rather than a bonafide alas:. This would still require verification by the department, but the manner of response would be different. 3. Due to the no of the equipment, we have frequent failures in our alarm board. Motorola (Who has been servicing the board) informs ua they are finding it inctreasingly difficult to find replacement parts. 4. 'Phe existing alarm panel is currentky sitting on a cabinet which is designed to hold the tape recorder which tap►)s telephone and radio transmissions to the desk. This prohibits us from using our tape recorder equipment, which has proven very valaable in the past. ff Memo to Chief Yates January 24, 1984 Page Two EJ While investigating the new alarm systems available, I have determined that we need a system with the capability of monitoring both reverse polarity and digital communication. The reverse polarity is a direct wire which sands a signal over special lease lines from the telephone company. The signal is received at the monitoring station. The digital dial also sends an alarm signal over telephone lines to the monitoring system, but it does so on regular telephone lines, not on lines leased especially for alarm monitoring. The digital dial will operate automata- cally to send out a coded message upon stimulation by any standard alarm. device. The information I am receiving from the alarm companies predict the cost of direct wire reverse polarity hook-up may become prohibitive in the next few years. This would have a dramatic effect on what alarm oompanies refer to as low risk businesses. High risk businesses, such as banks and savings and loan institutions, will probably continue to use the direct wire reverse polarity hook-up, no matter +hat the cost. This is because of the requirements put on high risk businesses, which is necessary for them to stay in business. It is because of these concerns that I recommend a dual purpose alarm monitoring system. Using this type of receiving unit, we should have the capability of providing high quality, top-of-the-line service to the community without being obsolete in a few years. The Lodi police Department, like many departments, has a continual battle with false alarms. It will not make any difference how modern and efficient our alarm monitoring system is, we will still have problems with the other end of the system. A proven measure to counIzer this problem is an effective alarm ordinance with some kind of penalty for abuse. To support an alarm ordinance, we need a monitoring system which will provide instant documentation of alarm activations. Therefore, a high priority in choosing a system is one that will provide a hard copy of alarm activation. My research has narrowed to two systems, both of which can provide hard copies of alarm activation and receive both digital communications and reverse polarity. These two alarm systems, the Varitech V300 and the Digitize DPM2000 exemplify current state of the art capabilities. soth v1steme interface with any other alarm system already installed in businesses in the City= both are capable of identifying in particular areas in a building (window, south side of building)t both are capable of expansion and interfacing with a large computert both display basic alarm information and both will fit into the space available in our communications panel. Both can prioritise alarms and identify line trouble rather than a bonafide alarm. Both are capable of monitoring fire, hold --up, burglary, and industrial type alarms. Both will display both a visual and audible signal when an alarm is activated. There a_ -e, however, major and significant differences between these two systems. e Marro to Chief Yates January 24, 1984 Page Three The Digitize system displays printed word.- on a computer screen and the Varitech system displays numbers, thus causing a dispatcher to manually check the files to determine the alarm location. The Digitize unit can be progrartw4d to tell you what to do and who to call for help. This information is available by simply pressing a button. This information is displayed on a screen to tell you precisely what is happening, where, and when . In addition to the alpha numeric display, the Digitize uses a thermal logging printer to provide a permanent record of alarm activitY. The top of the display will automatically appear on the tape. The print-out won't be in code, but in plain English to facilitate =derstanding. Alarms are printed, alowl with their date and time, in double height characters to the right -of the tape Secures are printed to the left. This makes them stand out clearly, permitting easy scanning by monitoring personnel. All printing is done by a one-piece thermal head, making messy ribbons or inks unnecessary. An automatic tape -up reel keeps the paper neat. When changing paper, all information is stored until the printer is ready again. Doth alarm systems have a proven track record and tyre Underwriter Laboratories listed. The Varitech unit is used by the following agenc.iess 1. Stockton PD 2. Galt PD 3. Manteca PD 4. Concord PD S. Martinez PD The Digitize unit is used extensively on the East Coast and has been installed within the last year in the following agencies in California: 1. Pleasanton PD Z. Newport Beach 3. Santa Clara Conna mications Center 4. Sacramento City Fire Department I was concerned that the Digitize unit was new to California, so I called Ridgewood Police Department in Ridgewood, New Jersey. I talked to Chief Milliken and he informs me he has had the system for three years. He is very satisfied with its performance and has never had any problems with equipment failure. He states Digitize, Inc. Is a reputable conipany and the Digitize unit is vert popular on the East Coast. I oontaated most of the departments listed and they are all satisfied with their individual unit. The only complaint I heard was from Galt Police Department, and they were not unhappy with the equipment, but with the alarm oompoW (Paul's Security Systems) which installed the equipment. I called Digitise, Yno. in New Jersey and they gave me the name of the nearest distributor in California. They identified this company as Herman Oliver Ccspany in Mountain View. tv Memo to Chiof Yates January 24, 1984 Page Four While researching alarm systems, I contacted representatives of the following alarm companies. Thi3 list of companies will include the alarm system they are proposing to install. 1. Paul Taormina, Paul's Security System, 223 N. Church Street, Lodi, California 95240, Phone 334-6305 (Varitech) 2. Berry Richards, Centurion Speciality Systems, 231 E. Kettleman Lane, Lodi, California 95240, Phone 334-5748 (Does not wish to install equipment.) 3. Steve Raddigan, Mokelumne Alarm System, 216 S. School Street, Lodi, California 95240, Phone 369-7553 (Does not wish to install equipment.) 4. Cliff Pedersen, Jorgensen s Company, 2691 S. East Avenue, Fresno, California 93706, Phone (209)268-6241; (Varitech) 5 J. Michael Mangrum, Aiarmex, 4621 Orange Grove Avenue, • Sacramento, California 95841, Phone (916)488-3480, (Varitech) 6. Bob Davis, Custom Security Company, P. 0. Box 1164, Livermore, California 94550, Phone (415)449-1616, Lodi Phone 368-4895 (Digitize) 7. William P. Kennedy, Bay Alarm Company, 708 E. Lindsay Street, Stockton, California 95202, Phone 465-5661 or (415)452-3211 (Varitech or Digitize) S. Don Moore, Astrosonics, 6387 Riverside Boulevard, Sacramento, California 95831, Phone (936) 393-6116 (Varitech) 9. Ted Proveaux, Herman Oliver Company, 110 Pioneer Way, Mountain View, California 94041, Phone (415)961-5990 (Digitize) The only local alarm company that has expressed an interest in installing a system is Paul's Security System. Paul's wishes to make a proposal for installation of a Varitech unit. One of the most difficult tasks in my research has been getting firm figures on cost of equipment. A contributing factor has been a reluctancy of alarm companies to commit themselves until they know exactly what is needed'. In addition, decisions have to be made as to the type of equipment, the method of installation, and the potential number of hook --ups. To help make these decisions, the following areas will be addressed. We currently have 47 clients with a direct link to the display panel. Included in this total are five private residences. Also included are banks with from three to five branches. Memo to Chief Yates January 24, 1984 Page Five With the installation of the new equipment, it is my recommendation that we solicit a minimum of 100 businesses for direct hook --up to the System. We should establish a priority list consisting of 1) banks 2) savings and loans 3) pharmacies 4) jewelry stores and 5) local businesses. I recommend we do not monitor residential alarms. The City will also need approximately ten connections to monitor alarms located in the public safety building, the court room, and possibly the library. (There have been requests in the past to install an alarm system in the library, and now would be an ideal time to do it.) I will outline three different plans in which the City can obtain an alarm receiving unit, but first I have so" "bail park" figures on the cost of the equipment. A. Varitech - Digicom V-300 Receiver Approximate Cost - $18,000 B. Digitize DPM -2000 Receiver Approximate Cost - $20,000 In discussing the alternatives in obtaining a new alarm system for the City of Lodi with alarm companies, I have determined there are three possible plans which tho City can consider. Please refer to the following outlines Plan #1 - Alarm company installs and maintains the equipment. A one-tim installation fee and monthly service charge is billed to the individual local businesses or local alarm companies. AdvAatWO8 1. No cost to the City. 2 Maintenance cost passed on to individual businesses. 3. Alarm company will make necessary additions and upgrade changes at no charge to the City. DIr.A vantages 1, No revenue for the City. 2. Police Department would in effect monitor alarms for a private entity with no reimbursement. 3. The City would have limited control over the fees charged to local businesses. Plan #2 - City purchases the equipment and maintains it. Alava oompwW would install the system and provide a one -yea- parts and labor warranty, also 24-hour emergency service plus initial connections and disconnections. E Nemo to Chief Yates January 24, 1984 Page Six I] Advantages 1. A definite revenue potential for the City. 2. City would receive compensation for monitoring the alarm. 3. City would own the equipment. 4. If the City purchases the equipment and charges an installation and yearly fee, the City could recoup its initial outlay cost within two and a half to three years. From that point on the system would generate revenue for the City. Disadvantages 1. The City would suffer the initial cost of equipment. 2. There would be some im^act, although it appears minimum, on the City Finance Dt-?artment for the collection of the fees. 3. City would have the responsibility of maintaining and servicing the equipment. Plan #3 - City leases the equipment from an alarm company which will service and maintain it. This is done under an agreement, normally for five years. Advantages 1. Same potential advantage for revenue as Plan #2. 2, Compensation for monitoring alarms. 3. City would have an option of changing equipment after five years if the state of the art changed to the point that the present equipment would be outdated. 4. The alarm company would have the responsibility for servicing and maintaining the alarm equipment. Disadv Pt ages 1, The City would never own the equipment. 2, The compensation the City received would be limited due to the cost of continually leasing the equipment. 3. There would be an impact on the Finance Deportment for the collection of fees. As your are well aware, we have recently completed an extensive remodeling of the Communication Center equipment. It is time to mcidernize our antiquated alarm sy,tm in conjunction with this project. The following recommendations are submitted for your consideration: 1. The City purchase a Digitize DPM -2000 alarm receiving unit based on the considerations I've previously outlined in Plan X12. 2. A letter be drafted and distributed to Bay Alarm, Custom Security, and Herman Oliver Company requesting firm prices on purchasing the min" . 0 a Memo to Chief Yates January 24, 1984 Page Seven (I su.:pect Her. -,,an Oliver Company will submit the low bid because they are the authori-e-i distributor and deal directly with the factory.) 3. If we purchase the equipment from the distributor, then I recommend soliciting bids from Bay Alarm and Custom Security for servicing and maintaining the equipment. (Both of these companies have recently moved into the Lodi area and would be able to provide local representatives for immediate response when needed.) 4. The company selected to install the equipment should be required to submit a performance bond which would hold them accountable for predetermined expectations. 5. Costs should be recovered through an annual user service fee of $80 - $100, plus a connection/disconnection fee of $50 - $70 to be set by future Council resolution. 6. I will meet with the Finance Director- to devise a service agreement which will incorporate the annual user fees and connection fees. 7. The City Attorney research third party indemnification clauses to insure the City will be held harmless in the event of a lmmuit. 8. I be directed to research and submit an outline for a false alarm regulatory measure, with accompaning fees for violations. In conclusion, I feel a conservative estimate on the usefullness of this equipment would be ten years. If that holds true, the City should recoup its cost in two to three }ears and enjoy the revenue for the remainder. In addition, if an alarm ordinance with appropriate monitary penalties is initiated, the alarm monitoring system would unquestionably be self-sufficient. Respectfully submitted, Captain airy --+r. Hansen Services Division Commander LDHtsm