Vous êtes sur la page 1sur 20

Fire Station Alerting and Automation

Request for Proposal (RFP)


(FSAA) System Specifications

RFP # 2019-01

Mailing Address: Central Utah 911


Attn: Michael Veenendaal
3047 North 400 West
Spanish Fork, Utah 84660

Contact Person(s): Michael R. Veenendaal


Executive Director
mveenendaal@cu911.org
W: 801-794-4001

Open: April 15, 2019


Proposals Due: Saturday June 1, 2019 at 2:00pm, MDT
REQUEST FOR PROPOSAL
CENTRAL UTAH 911
Sealed proposals will be received at the office of Central Utah 911, 3047 North 400 West, Spanish
Fork, Utah 84660, until the proposal due date and time listed on the cover page of this document for
the following:

RFP # 2019-01
FIRE STATION ALERTING AND AUTOMATION
FOR CENTRAL UTAH 911

Introduction
Central Utah 911and its partners are soliciting proposals to upgrade and enhance the current Fire/EMS
station alerting and automation system (or, provide a new turnkey Fire/EMS station alerting and
automation system) that supports current and future department needs. The new alerting and
automation system shall provide a more suitable integration with existing E911 dispatch, existing
Public Safety communications infrastructure, and provide enhanced fire station functions, with the goal
of reducing critical response times to emergencies.
It is the intent of this solicitation to engage a vendor qualified to provide a fire station alerting and
automation (FSAA) system utilizing the latest features and technologies as outlined in the
specifications. Central Utah 911 and its partners are seeking a comprehensive system that alerts the
stations (station toning and station functions) over both Ethernet (IP) connectivity and radio
microwave transmission and provide for dispatch operator announcements over the main fire voice
radio channel(s). The new FSAA system shall also be compatible with the current radio console
dispatch system and be compatible with the current Spillman Computer Aided Dispatch (CAD)
system. The system shall be robust enough to adapt to any changes made to these systems in the future,
including but not limited to the change in vendors. The proposed FSAA system shall accommodate at
a minimum 26 fire stations and 4 fire dispatch positions and be expandable to accommodate 13 fire
stations and 5 fire dispatch positions.
This project shall provide a turnkey system implementation, preferably by a single prime vendor.
The fire station alerting and automation system shall be configurable and flexible, allowing
customization to meet specific needs.
All system products proposed shall be largely commercially available and use industry standard
hardware, software, applications, and programming languages.
All proprietary system components shall be identified.
The FSAA system shall be configurable and expandable by Central Utah 911 personnel with vendor
provided training. The proposed FSAA system must meet the requirements provided herein.

2
Revision Date 04/03/2019 V002
1.1 Terms and conditions

Proposal Identification

Offerors are required to identify the proposal name and due date on the cover page of the
documentation provided. Proposals should be sent to

Attn: Executive Director


Michael R. Veenendaal
Central Utah 911
3047 North 400 West
Spanish Fork Utah, 84660

Questions

Questions regarding bid/proposal procedures shall be directed in writing to:


Michael R. Veenendaal
Executive Director
Telephone 801-794-4001
mveenendaal@cu911.org

During regular working hours (M-Th. 8am-5pm)

Questions will be answered in writing and provided to all offerors, as per state statute.

Proposals

Central Utah 911 and its partners reserve the right to reject any and all proposals and to waive
technicalities, and to accept that proposal which is to be considered in the best interest of the
organization. Any such decision shall be considered final.

Proposals shall be opened in private so as to avoid disclosure of contents to competing offerors.


The Evaluation Committee may conduct discussions with any offeror who submits an
acceptable or potentially acceptable proposal. Offerors shall be accorded fair and equal
treatment with respect to any opportunity for discussion and revision of proposals. During the
course of such discussions, the Evaluation Committee shall not disclose any information
derived from one proposal to any other offeror.

Central Utah 911 and it partners reserve the right to negotiate specifications, terms and
conditions, which may be necessary or appropriate to accomplishment of the purpose of this
RFP. The Organization may require the RFP and the offeror’s proposal be incorporated in full
or in part as Contract Documents. This implies that the RFP and all responses, supplemental
information, and other submissions provided by the offeror during discussions or negotiations
may be held by the Central Utah 911 as contractually binding on the successful offeror.

When the Evaluation Committee determines an offeror’s proposal to be unacceptable, such


offeror shall not be afforded an additional opportunity to supplement its proposal.
3
Revision Date 04/03/2019 V002
Central Utah 911 and its partners will not be liable in any way for any costs incurred by
respondents in replying to this RFP.

Proposal opening

TELEPHONE/FAX/VERBAL OFFERS WILL NOT BE ACCEPTED.


Proposals are opened and evaluated in private. They are not publically opened and read at
the time and date set. It is the responsibility of the offeror to see that the proposal is submitted
to Central Utah 911 by the specified time and date. The date of the postmark will not be
considered. Proposals received after the time and date set will be returned unopened to the
Offeror. This includes Proposals not received as a result of mail delays. In the event that
Central Utah 911 is closed for business at the time scheduled for the proposal submission,
sealed proposals will be accepted the next business day of the organization, up to the originally
scheduled time.

Default By Offeror

In the event of default by offeror, the city reserves the right to procure the services from
another source(s), and hold the offeror liable for any excess costs occasioned thereby.
Additionally, a contract shall not be assignable by the Offeror in who9le or in part without the
written consent of Central Utah 911 and/or its partners.

Cancellation

Failure to comply with the terms and conditions as herein stated shall be cause for cancellation
of the contract. Central Utah 911 will give a written notice of unsatisfactory performance and
the contractor or vendor will be allowed thirty (30) days to take corrective action and
accomplish satisfactory control. If at the end of the thirty (30) days, Central Utah 911 and it
partners determine that the contractor or vendor’s performance is still unsatisfactory, the
contract shall be canceled. The exercise of its right of cancellation shall not limit the
Organization the right to seek any other remedies allowed by law.

Withdrawal of proposal

An offeror may withdraw a proposal prior to the deadline for proposal submittal by submitting
a request for its withdrawal in writing. Proposals received after the time for opening proposals
or received at any place other than the place specified will not be considered. Except as
otherwise provided by regulation, all decisions to permit the correction or withdrawal of
proposals, or to cancel awards or contracts based on bid mistakes, will be submitted in writing
and will be supported by a written determination made by the Purchasing agency. The request
shall then be forwarded to Central Utah 911’s legal staff for review and final recommendation.

4
Revision Date 04/03/2019 V002
Rejection of Proposals, Waivers and Irregularity

Central Utah 911 and its partners reserve the right to reject any or all proposals, to waive
irregularities, and to accept that proposal which is considered in the best interest of the
organization. Any such decision shall be final.

Proposal Price

Please quote your best net price including delivery and discounts to meet the approval of the
organization. No additional charges shall be passed to Central Utah 911 or its partners,
including any applicable taxes, delivery or surcharges. Prices quoted shall be the Best and
Final.

All prices and notations shall be in ink or typewritten. Mistakes may be crossed out and
corrections made in ink and must be initialed and dated in ink by the person signing the
proposal. In case of error in the extension of prices, the unit price shall govern.

Proposal Evaluation
Products/Services will be purchased from the Offeror providing the best proposal per
product/service or total package, whichever is in the best interest of Central Utah 911 and its
partners. The quality of the product/services, conformity with the specifications, suitability to
the requirements, delivery terms including length of time for delivery, qualifications and
references will be taken into consideration in making an award.

Criteria for Making Selection

The following criteria and point system shall be used by the Evaluation team to determine the
firm or individual(s) most qualified and best suited to perform the work:

1. Qualifications and experience for the specific scope of services as set for the herein (40
Points)
2. Cost proposal based on the contract description (10 points)
3. Compliance with requirements of this RFP (40 Points)
4. References provided (10 points)
Total 100 points.

Non Discrimination

Central Utah 911 and its partners require all contractors and offerors doing business with the
organization not to discriminate against anyone on the basis of race, age, color, religion,
gender, ancestry, national origin, marital status, mental or physical disability unrelated to
ability, familial status or sexual orientation. Offerors must comply with all state and federal
laws

5
Revision Date 04/03/2019 V002
Exparte Communication

Please not that to insure the proper and fair evaluation of a proposal or bid, Central Utah 911
and its partners prohibits ex parte communication (i.e., unsolicited) initiated by the offeror to
any member of the organization or its partners (i.e. City officials, Chiefs, Mayors etc.) or
Employee evaluating or considering the proposal/bid prior to the time a selection has been
made. Communication includes but is not limited to fax, phone calls, email and personal visits.
Communication between offeror and the organization will be directed in writing to the
Executive director or designated contact persons only. The Executive director will obtain the
information or clarification needed. Exparte communication may be grounds for disqualifying
the offending offeror from consideration or award of the proposal and repeat offenders may be
disqualified from future projects.

Investigation
Offeror’s must acquaint themselves with the policies of central Utah 911 and its partners, and
may do so by contacting the Executive director or their designee. All questions as to the
meaning of the scope of work must be resolved prior to the proposal submission deadline. It is
the offeror’s responsibility to check with the Executive director prior to submitting their
proposal to ensure that they have received all addenda that may be issued
1.2 Scope of Work
1.2.1 Central Utah 911 provides Fire/EMS department dispatching services to multiple municipal
and county fire departments throughout two counties spanning nearly 5000 square miles.
Departments range from unmanned single station part time agencies to agencies with
multiple full time manned stations and apparatus.
1.2.2 Currently, 26 stations are alerted and dispatched by Central Utah 911with at least 3 more in
the planning phase. The FSAA system requirements must be able to meet the current and
future needs of Central Utah 911 as well as expansion of this scope to provide services to 4
other PSAPs within the county currently dispatching fire services.
1.2.3 Dispatch operations in the county are conducted through 5 PSAPs that do not all fall under
the umbrella of Central Utah 911. These PSAPs are located along the main interstate
corridor from the south end of the county through the central part of the county, with
agency specific alerting assigned to each dispatching entity.
1.2.4 It is the intent of Central Utah 911 to create a joint RFP that will allow other PSAPs and
their Fire departments to be part of the procurement of the FSAA.
1.2.5 Each Dispatch Agency will be responsible for their own financial obligation for the FSAA
If they so choose to be a part of the Final RFP awarded.
1.2.6 Current FSA system is the (SYSTEM). Dispatch data is routed via the county and states
microwave system. Dispatch voice audio is routed to the statewide trunked radio system
and is broadcasted on designated dispatch talkgroups.
1.2.7 Fire station equipment consists of interfaced UHF radio, for station alerting functions and
an 800 megahertz (MHz) trunked radio for voice messages. Individual fire stations have
public address (PA) Systems, station zoning, and other custom features installed in each
station, based upon individual department and station requirements and needs.
1.2.8 Central Utah 911 has determined to meet the needs of fire/EMS dispatching and call
6
Revision Date 04/03/2019 V002
volumes in the future, and to assure redundancy and guaranteed delivery of station alerting
a new FSA system must be installed.
1.2.9 Utah County is currently responsible for the installation, operation and maintenance of the
Motorola Spillman CAD system, the interface between the CAD systems.
1.2.10 The FSA system must be compatible with current radio systems and future P25 compatible
radio systems being proposed by the state.
1.2.11 Central Utah 911 will purchase and implement the interfaces necessary for the CAD and
radios systems. Fire station equipment beyond the basic scopes and needs of this project
will be the responsibility of the individual jurisdictions and departments to purchase and
implement. However, In order to obtain the best pricing, this RFP includes all basic fire
station packaging, which is to be priced by the vendors, and the pricing shall be extended to
all municipal fire departments and dispatch centers in the county.
1.2.12 Agencies listed as other potential installation PSAPS and Agencies will be responsible for
the entire portion of the systems with regard to their jurisdictions. Including standard
installation, equipment, connections and add on.

1.3 Site Locations


1.3.1 The Location of Central Utah 911 Communications center is located at 3047 North 400
West Spanish Fork, Utah 84660.
1.3.2 Other potential installation locations for PSAPs in the county are as follows:
Pleasant Grove – 106 South 100 East Pleasant Grove, Utah
Orem – 95 East Center Street Orem, Utah 84057
Provo – 425 West Center Street Provo, Utah 84601
Springville
1.3.3 The current Fire stations served by Central Utah 911 are at the the following locations with
in service operations units and reverse units housed at said stations:
Lehi
- Station 81: 176 North Center Street Lehi, Utah
- Station 82: 250 West 2600 North Lehi, Utah
- Station 83: 3651 Traverse Mountain Blvd. Lehi, Utah
- Station 84: Planning

Saratoga Springs
- Station 262: 995 West 1200 North Saratoga Springs, Utah
- Station 261: 2015 South ring road Saratoga Springs, Utah
Eagle Mountain
- Station 252: 3785 Pony Express Pkwy. Eagle Mountain, Utah
- Station 251: 1680 Heritage Drive Eagle Mountain, Utah

7
Revision Date 04/03/2019 V002
Cedar Fort
- Station 231: 155 North Church Street cedar Fort, Utah
Cedar Hills
- 10246 North Canyon Road Cedar Hills, Utah
Highland
- 5582 Parkway West Drive Highland, Utah
Alpine
- 50 East 100 North Alpine, Utah
American Fork
- Station 51: 96 North Center Street, American For, Utah
- Station 52: Planning Stages
Spanish Fork
- Station 61: 370 North Main Street, Spanish Fork, Utah
- Station 62: Planning
Salem
- Station 151: 30 West 100 South, Salem, Utah
Elk Ridge
- Station 221: 80 Park Drive, Elk Ridge, Utah
Woodland Hills
- Station 191: 690 Woodland Hills drive, Woodland Hills, Utah
Payson
- Station 91: 45 East 100 South, Payson, Utah
Santaquin
- Station 141: 275 West Main Street, Santaquin, Utah
Genola
- Station 171: 455 North Main Street, Genola, Utah
Rocky Ridge
- 280 North Lark ridge, Mona, Utah
Nephi
- 55 East 100 North, Nephi, Utah
Mona
- 50 Center, Mona, Utah
Levan
- 20 North Main, Levan, Utah
8
Revision Date 04/03/2019 V002
1.3.4 Other potential Fire station and agency Locations in the county are as follows:
Provo
- Station 21: 80 South 300 West Provo, Utah
- Station 22: 2737 North Canyon Road Provo, Utah
- Station 23: 601 West Columbia Lane Provo, Utah
- Station 24: 95 South 2050 West Provo, Utah
- Station 25: 271 South 700 East Provo, Utah
Orem
- Station 31 300 East 1000 South Orem, Utah
- Station 32: 911 North Main Street Orem, Utah
- Station 33: 225 North 1200 West Orem, Utah
Lindon
- Station 35: 60 North Main Street Lindon, Utah
Pleasant Grove
- 71 East 200 South Pleasant Grove, Utah
Springville
- Station 41: 75 West Center Street, Springville, Utah
- Station 42: 420 Canyon Road, Springville, Utah
Mapleton
- 305 North Main Street, Mapleton, Utah
1.3.5 Site Visits may be necessary to determine the current and future capabilities of each of the
individual stations along with current repeater locations within the county.

2.0 General Requirements


2.2 System Description
2.2.1 The vendor shall provide a “turnkey” fire station alerting and automation system including
the system design, all necessary equipment, software, programming, installation, system
configuration, on-site system start-up, on-site testing, on-site final acceptance, and on-site
training.
2.2.2 The proposed FSAA system shall accommodate 28 fire stations and 2 fire dispatch
positions and be expandable to accommodate 45 fire stations and 10 fire dispatch positions
and shall be capable of expanding to other county PSAPs.
2.2.3 The proposed FSAA system shall be able to use up to sixty (60) fire dispatch positions
concurrently per county defined Areas to alert fire stations.
9
Revision Date 04/03/2019 V002
2.2.4 The proposed FSAA system shall be able to expand to 20 different Areas without additional
FSAA hardware at the E911 center for discrete mutual aid capability.
2.2.5 The proposed FSAA system must be able to be utilized as a Fire Station Alerting system
and an Apparatus Alerting system simultaneously without the need for additional software
or hardware and without any additional operator intervention.
2.2.6 The proposed FSAA system may have the option and capability to interface with network
siren sites as well as fire stations with the same FSAA hardware and software application at
the E911 dispatch center. The dispatch operator shall use the same SOP for dispatching
siren sites as they do for fires stations.
2.3 Policy
2.3.1 The vendor shall be a registered corporation and have a current license to do business in its
home state and provide documentation to be included with the response.
2.3.2 The vendor shall have been established and staffed for the purpose of fire station alerting
and automation, for a minimum of four (4) years.
2.3.3 The vendor shall state the full address of the company/corporate headquarters.
2.3.4 The vendor shall submit a list of all sub-contractors to be used including company name,
address, phone number, and contact person responsible to the vendor for this project.
Clearly state the work each sub-contractor will perform.
2.3.5 Contractor documentation (current state certificates) shall be included with the response.
2.3.6 It is the responsibility of the vendor to provide a minimum one (1) year parts and labor
including maintenance and support, exclusive of lightning and surge damage, commencing
on the date of final acceptance as defined by Central Utah 911.
2.3.7 The vendor should utilize as much existing (City/County) equipment as possible, if
compatible with the proposed FSAA system, to help reduce costs. Existing equipment may
include, but not be limited to, station PA systems, station radio equipment, dispatch
consoles, CAD system, communications infrastructure, etc.
2.4 Services
2.4.1 The vendor shall provide a four (4) hour or less on-site response time.
2.4.2 The vendor shall provide Technical Customer Support available to Central Utah 911 24
hours per day, 7 days a week, and 365 days per year during the warranty period.
2.4.3 The proposed FSAA system shall be implemented with minimal interruption or downtime
to the current (fire station alerting and automation system and/or paging alerting system).
2.4.4 The vendor shall provide a description of the on-site training to be provided along with the
number of training hours per training group.
2.4.5 Training shall be provided on-site for the E911 dispatch personnel, training for radio
communications maintenance personnel, and training for IT network personnel.

3.0 Fire Station Alerting and Automation


3.2 The proposed FSAA system shall provide a flexible and modular design that supports easy
system expansion as well as current and future technologies.

10
Revision Date 04/03/2019 V002
3.3 The FSAA system equipment shall be modular allowing the replacement of components such as
the power supply, processor board, input/output boards, audio interface, backup battery and
radio without replacing the entire unit.
3.4 The proposed FSAA system shall support Central Utah 911 future needs through expansions of
hardware and upgrades to software without having to replace the FSAA system or its
components.
3.5 Redundancy
3.5.1 The proposed FSAA system shall provide redundancy.
3.5.2 The vendor shall provide a description of the proposed system redundancy and how the loss
of a system component will not prevent the stations from being alerted.
3.5.3 Diagrams and explanations of the level of system and communication link redundancy shall
be submitted for review to Central Utah 911 prior to, or during pre-agreed-to design
reviews per a mutually accepted schedule for such reviews and sign-off of said redundancy
schemes.
3.6 Security
3.6.1 The vendor shall provide a description of the proposed FSAA system security measures and
obtain agreement by Central Utah 911 during mutually agreed-to design reviews of said
system prior to production thereof.
3.7 Hardware
3.7.1 The proposed station FSAA equipment shall include configurable digital inputs and outputs
for system expansion into additional auxiliary station functions.
3.7.2 A minimum of 8 uncommitted electronic relay “dry contact” outputs shall be available and
configurable for each station remote terminal unit alerting panel.
3.7.3 Such outputs shall be capable of switching voltages of up to 250 volts, AC or DC, with
current handling capability of up to 6 Amps continuous per contact.
3.7.4 There shall be a minimum of 8 uncommitted control-level digital inputs which can be used
as station functions such as buttons, switches, motion sensors, intrusion sensors or other
ancillary inputs.
3.7.5 The digital inputs shall be triggered by shunting said input to common (ground) to activate
and shall not require sourcing voltages to trigger.
3.8 Software
3.8.1 Compliance
3.8.1.1 The proposed FSAA system shall meet NFPA 1221 (2016 Edition) recommendations,
including FSRS Monitoring for Integrity criteria, and ISO requirements for
communications centers.
3.8.1.2 The vendor shall list exclusions or exceptions to said NFPA 1221 in system description
documents, performance specifications and during design reviews of said system prior
to production of said system.
3.8.2 Tones

11
Revision Date 04/03/2019 V002
3.8.2.1 Ramped (“Heart-Saver”) alert tones shall be provided.
3.8.2.2 The volume level and ramp duration shall be configurable.
3.8.2.3 Vendor shall submit a library of supportable tones and their durations to Central Utah
911 for selection for approval during design reviews.
3.8.2.4 The vendor shall program such tones into the system prior to delivery.
3.8.2.5 The alert tones shall be customized to meet the requirements of Central Utah 911and
Fire agencies.
3.8.2.6 They shall be capable of combining tone and recorded voice using industry standard
digital formats (such as .mp3, .wav).
3.8.2.7 Distinctive tones, identifying the incident type, shall be provided and played at each
station alerted.
3.9 Communication
3.9.1 The proposed fire station alerting equipment shall interface with existing station PA
equipment (amplifiers and speaker system).
3.9.2 Central Utah 911 shall provide technical station audio and PA system details such as input
impedance, audio levels, line balancing and other technical data regarding interfacing the
FSAA audio mixer inputs and outputs to the station system.
3.9.3 The parties shall, during the design and review process, agree to which party will supply
wiring, transformers, and other equipment or components needed to interface the FSAA
equipment to existing or new audio and PA equipment in the station.
3.9.4 The proposed FSAA system shall be capable of being interfaced with the city, county, and
states, existing radio system, Ethernet network, and E911 dispatch system.
3.9.5 The proposed FSAA system shall have the capabilities to alert fire stations over both IP and
radio links independent of one another.
3.9.6 The proposed FSAA system shall have the capability to utilize IP and radio links
independent of one another to meet all station needs.
3.9.7 The proposed FSAA system shall alert the fire stations on two separate, independent
communications links, each link capable of toning the stations and providing all required
FSAA system auxiliary functions and capabilities.
3.9.8 The proposed FSAA system must be able to utilize the City’s/County’s existing Ethernet IP
network and the Motorola Radio System as two redundant and individual means of data
transport to send alerts to fire stations.
3.9.9 The proposed FSAA System must have the capability to alert the fire stations and first
responders using the (Digital Trunking / Analog Trunking / Conventional UHF /
Conventional VHF) radio system.
3.10 The vendor shall, prior to commencement of system design and subsequent submission of
performance and system design descriptions, supply Interface Control Documents (ICDs)
describing network parameters such data transmission type, latency, traffic flow, firewalls,
gateways, switches, routers and any and all technical performance requirements of said
communication links.

12
Revision Date 04/03/2019 V002
3.11 Central Utah 911 and vendor shall mutually agree to the communication link interface
requirements prior to design and production of the FSAA system.
3.12 In addition to the two alerting communications links, a separate, independent radio link shall be
used for voice announcements from the dispatch operator or automated text-to-speech initiated
by CAD.
3.13 This link shall be the existing main fire voice channel - or a new, dedicated channel for this
purpose. City/County to list the frequency band for the fire voice channel. Under no
circumstances will the voice channel be used as a second or backup alerting (toning)
communications link. Agency shall specify the method of verbal or automated text-to-speech
required for the system.
3.14 Station alerting (toning) shall be broadcast in parallel over both communications links (IP and
radio) to all selected fire stations.
3.15 Stations shall be alerted with a single tone followed by a dispatch voice announcement or text-
to-speech announcement to those stations alerted. Agency shall specify the method of verbal or
automated text-to-speech required for the system.
3.16 All transmissions generated by the proposed FSAA system shall automatically receive a positive
acknowledgment per each transmission.
3.17 If an acknowledgment is not received, the proposed FSAA system shall automatically send the
data again for a pre-determined number of attempts (vendor configurable). If no
acknowledgment is received, the system will send an alarm to the CAD and send an audible
and visual alarm to each dispatch operator position.
3.18 All transmissions and subsequent acknowledgments shall be time stamped, date stamped, and
logged (stored) in the FSAA system database.
3.19 The primary dispatch links shall be monitored constantly to provide prompt warning of
malfunction.
3.20 The proposed FSAA system shall automatically self-interrogate each communications link (IP
and radio) to each fire station to verify connectivity and notify all dispatch operator positions of
any loss of connectivity, identify the stations, and identify the failed communications link.
3.21 The proposed FSAA system shall provide remote FSAA system login from any industry-
standard desktop computer.
3.22 Central Utah 911 and vendor shall agree to the level of remote firewall and access vendor
will be permitted for remote troubleshooting and maintenance of the system.
3.22.1 Said remote connection shall be a secure IP (wired or wireless) connection.
3.22.2 The remote connection shall allow access to all FSAA system alerting features.
3.22.3 Agreed-to security measures shall be provided.
3.22.4 Vendor shall provide a description of the remote system access design and the remote login
security.
3.23 The FSAA system remote access shall permit FSAA system diagnostics, software configuration,
application software uploading and downloading, programming, problem resolution, and
system maintenance.
3.24 Access rights to specific FSAA system features shall be assignable based on the login password.
13
Revision Date 04/03/2019 V002
3.25 All FSAA system activity shall be logged in the FSAA system.
3.26 All FSAA alarms and events shall be time and date stamped, stored, and available for review and
printing. System alarms and events include, but are not limited to, fire station alerting,
transmission acknowledgments, CAD failure, station alert failure, station equipment failure,
AC power failure, communications link failure, system configuration changes, and dispatch
operator entries.
3.27 The FSAA system shall have the ability to generate standard and ad-hoc reports based on logged
FSAA system data.
3.28 Backup power shall be provided for all FSAA system equipment.
3.29 The switchover to backup power shall be instantaneous and automatic.
3.30 If main power is lost, the proposed FSAA system equipment shall automatically switch to
backup battery power without loss of data or communications.
3.31 The backup power shall provide a minimum of one (1) hour operation.
3.32 Transient voltage surge suppression shall be supplied and installed for protection of all FSAA
system main electrical feeds to equipment provided.
3.33 The proposed FSAA system equipment installed in Central Utah 911 and each fire station shall
be UL compliant and labeled.
3.34 The proposed FSAA system shall automatically reset the fire station FSAA equipment after each
alert in preparation for the next alert.
3.34.1 This shall not be a manual function.
3.35 It shall be an option to have an audio relay bypass switch installed at each fire station allowing
monitoring of “continuous radio traffic” or monitoring of “radio traffic ONLY when alerted”
through the station speakers.
3.35.1 This feature shall also be accessible from a commercially available remote personal
computer.
3.36 A “night mode” shall be configurable for each station or remotely from the E911 dispatch center
allowing outside speakers to be switched “on” or “off” based on a timer.
3.37 This feature, plus the ability to select and set automatic speaker timer controls, shall be
accessible from a remote personal computer.
3.38 The proposed FSAA system shall allow system-wide testing of both primary and secondary
components and all communications links.
4.0 Dispatch Operations
Central Utah 911 currently uses 10 Motorola gold elite and Spillman Computer Aided
Dispatch (CAD) system located at the Central Utah 911 to dispatch Fire and EMS calls. The
radio console positions are used to dispatch field units and monitor situations using the UCA
800 MHz radio systems. The CAD system provides unit status, unit assignment, unit
responses, and call updates for each dispatch operator position. The CAD automatically sends
fire unit recommendations to the assigned dispatch operator(s). After review and approval, the
stations are alerted.
4.2 Interface
14
Revision Date 04/03/2019 V002
4.2.1 The FSAA system shall provide an interface with the existing Spillman CAD system
allowing the CAD to alert, monitor, and transfer information to the proposed fire station
alerting system.
4.2.2 The CAD interface shall support bi-directional packet exchanges between the fire station
alerting and automation system and the CAD system for both station alerting and receiving
and logging diverse station conditions such as AC power failure, time/date stamps of
system events/alarms, manual acknowledgments of a call, etc.
4.2.3 The CAD interface shall provide automated station alerting, with or without dispatch
operator review, with the goal of reducing critical response times.
4.2.4 The FSAA system shall have the ability to interface to multiple CAD vendors
simultaneously without any operator intervention or interruption in service. The FSAA
system shall have the ability to operate with multiple CAD vendors inputs on the same
FSAA Server(s) simultaneously and automatically without the need for additional
hardware.
4.3 The FSAA system shall provide automated CAD text-to-speech voice announcements with the
goal of reducing critical response times.
4.4 The automated CAD voice shall be “human voice quality”.
4.5 The FSAA system shall provide a secured interface with the existing Motorola radio console
system.

4.5.1.1 The proposed FSAA system shall have been tested and ensure full compatibility and
software cohabitation on Motorola Radio Consoles. The vendor must provide certification
that the system will be compatible with current and future systems with little to no cost to
agencies when changes occur.

4.5.1.2 The proposed FSAA system must have an automated Motorola Radio Console API capable
of, but not limited to, selecting radio resources among other functions as part of the
automated alerting process. No additional hardware shall be required for this feature.

4.5.1.3 The proposed FSAA system Radio Console API must have the ability to share the Motorola
Radio Console with a live dispatch operator and not require a dedicated un-manned radio
console.
4.6 This interface shall provide the dispatch operators/supervisors a backup means of alerting the
fire stations if the CAD system is out of service.
4.7 The FSAA system shall provide all hardware, software, Graphic User Interface (GUI) screens,
interfaces, and services required to provide backup station alerting and automation.
4.8 The backup station alerting and automation shall provide station toning, auxiliary station
functions, and the FSAA system requirements, as listed in these specifications, without CAD
input.
4.9 The backup station alerting shall allow any dispatch operator/supervisor position to have control
over the fire station alerting process.
4.10 All GUI software required for backup station alerting and automation shall be available and
usable from any existing radio dispatch console screen.

15
Revision Date 04/03/2019 V002
4.11 A means of selecting any combination of stations to be alerted shall be provided at each dispatch
operator/supervisor position including the ability to select all stations at once (“All Call”) or a
subset of stations at once (“Multi-Select”).
4.12 A means of selecting any combination of up to eight (8) incident types shall be provided at each
dispatch operator/supervisor position.
4.13 Each operator/supervisor position shall receive a visual acknowledgment on the GUI screen that
the alerted station(s) received the alert.
4.14 The station alerting selections made by one operator shall be displayed at all dispatch
operator/supervisor positions.
4.15 Each dispatch operator position shall see the real-time station alerting status of all other
positions.
4.16 The FSAA backup dispatch system shall notify all dispatch operator/supervisor positions if there
is a system alarm condition.
4.17 The system shall display and identify the following alarms on all dispatch operator screens:
a. Failure to alert a station(s).
b. Failure of the fire station alerting equipment at any fire station.
c. Communications center and fire station alerting equipment AC power failure and revert
to backup battery.
d. Failure of any communications link, radio and/or IP, and identification of the failed
link.
e. Failure to communicate with CAD.
4.18 The FSAA system shall be capable of being configured to automatically send emails to
authorized personnel with a description of the system alarm.
4.19 The FSAA system shall be capable of automatically sending an alert, with incident details, via
emails and texts simultaneously with an alert to the fire stations.
4.20 The FSAA system must have a mobile application for Android and Apple iOS devices to serve
as an enhanced mobile device for first responders to receive alerts.
4.21 The FSAA system mobile application must be an integrated part of the proposed FSAA System
and not a third-party application. No subscription based and/or third-party mobile applications
will be accepted.
5.0 Fire Station Zoning
5.2 The proposed FSAA system shall provide the ability for zoned variable color LED lighting and
alert audio (tones and voice announcements) in the fire stations as listed in section 1.2.11 and
1.2.12
5.3 The vendor shall be capable of providing speakers, LED lighting, controls, cabling, conduit, and
complete installation services to establish the listed zones in listed fire stations if there are
stations that are pre-wired for lights and speaker zoning.
5.4 Zone Selector Switches
5.4.1 Zone Selector Switches shall be provided as determined in necessary site visits allowing
16
Revision Date 04/03/2019 V002
Fire/EMS personnel to utilize any bunkroom and receive the correct audible and visual
alerts. Each Fire agency shall specify if zone switches are required for zones/bunk rooms as
outlined in this paragraph and in subsections below.
5.4.2 The zone selector shall be a wall-mounted incident switch pre-programmed for specific
incident types.
5.4.3 The switch shall communicate to the existing fire station alerting equipment.
5.4.4 The functions shall have the ability for color status as specified by the fire department for
example, Blue for Rescue, Red for Engine, Yellow for Chief/Battalion Chief, etc.
5.5 Zone Lighting
5.5.1 Fire station alerting lighting shall be provided as an option for all bunkrooms, common
areas, and the apparatus bay area. Locations for additional equipment and upgrades will be
determined at the time the RFP is awarded.
5.5.2 LED Lighting Strip
5.5.2.1 LED lighting strips shall be included in the FSAA installation as an optional feature for
visual alerting in addition to the audio alert (PA) system.
5.5.2.2 LED lighting strips shall be capable of being activated and controlled in various colors
and sequences to alert station personnel of conditions and warnings.
5.5.2.3 The LED lighting strips shall have RGB color mixing capability.
5.5.2.4 Input power to each LED lighting strip shall operate at less than 50 VDC.
5.5.2.5 Cabling shall be Belden 1585A plenum-rated data/power cable or equivalent with RJ45
connector to each locally mounted controller per zone.
5.5.2.6 Environmental protection shall be not less than IP20 ingress protection.
5.5.2.7 All power/data cables shall be terminated at a fixture, not at a splitter.
5.5.3 The LED lighting color and functions shall be based on sequences received from the fire
station alerting equipment and/or the zone selector switches.
5.5.4 The LED lighting shall be capable of being user configured for ramp time, maximum
intensity, colors, and flashing patterns based on the various sequences specified by the fire
agency.
5.5.5 There shall be a common interface between the SC and the lighting system that controls the
lights and the zones.
5.5.6 An external Lighting Controller shall interface to the LED lighting strips.
5.5.7 LED Controller

17
Revision Date 04/03/2019 V002
5.5.7.1 The LED controller shall support a minimum of four output lines with three color
channels per line with full RGB capability.
5.5.7.2 Each channel shall support a minimum of twelve (12) LEDs with a minimum number of
36 LEDs supported by an output line per controller.
5.5.7.3 Installation shall accommodate any orientation and will not require external air-flow
cooling.
5.5.7.4 The controller shall be certified to ETL or UL approval.

6.0 Incident Display Board


6.2 The incident display board shall be included as an optional feature in the FSAA installation for
visual alerting in addition to the audio alert (PA) system.
6.3 Display
6.3.1 The Incident Display Board shall be capable of displaying the following information:
6.3.1.1 Emergency Type (Fire, EMS, Hazard, etc.)
6.3.1.2 Time of Incident
6.3.1.3 Count down timer
6.3.1.4 Address of Incident
6.3.1.5 Map of Incident Location
6.3.1.6 Type of Unit Responding
6.4 The incident display boards shall be capable of being activated and controlled in various colors
and sequences to alert station personnel of conditions and warnings
6.5 The incident display boards shall be capable of automatically switching to the agency’s
intranet/internet URL when not in alert mode to display additional information
6.6 The incident display board shall be capable of automatically “fading to black” when not in alert
mode
6.7 The incident display boards shall be capable of automatically switching to a Microsoft
“PowerPoint” or MP4 formatted video when not in alert mode
6.8 The incident display boards shall be located in the following areas: (Identify areas of each station
where IDBs will be installed as a list).

18
Revision Date 04/03/2019 V002
THIS PAGE IS MANDATORY
REFERENCES
Three (3) references are required with your proposal. The references shall be from three different
sources where you have provided the minimum specifications as require din this proposal.

1. Company Name: _____________________________________________________________


Company address: _______________________________________________________________
City: ________________________ State: __________________ Zip: ______________________
Company Contact Name or Department: ______________________________________________
Company contact Telephone: ___________________________ Fax: _______________________
Company Contact e-mail address: ___________________________________________________

2. Company Name: _____________________________________________________________


Company address: _______________________________________________________________
City: ________________________ State: __________________ Zip: ______________________
Company Contact Name or Department: ______________________________________________
Company contact Telephone: ___________________________ Fax: _______________________
Company Contact e-mail address: ___________________________________________________

3. Company Name: _____________________________________________________________


Company address: _______________________________________________________________
City: ________________________ State: __________________ Zip: ______________________
Company Contact Name or Department: ______________________________________________
Company contact Telephone: ___________________________ Fax: _______________________
Company Contact e-mail address: ___________________________________________________

PROPOSAL SUBMISSION: PLEASE SUBMIT (1) ORIGINAL AND TWO (2) COPIES OF
THE ENTIRE PROPOSAL PACKET

19
Revision Date 04/03/2019 V002
THIS PAGE IS MANDATORY

***NOTE: FAILURE TO SIGN THE FOLLOWING CONTRACTOR COMPLIANCE AND


INSURANCE SECTIONS WILL DISQUALIFY YOUR PROPOSAL.

CONTRACTOR COMPLIANCE WITH ALL STATE AND FEDERAL LAWS:


The offeror certifies by signing this statement that this Proposal is made without prior
understanding, agreement or accord with any other person submitting a Proposal for the
same product or service and that this Proposal is in all respects bona fide, fair and not the
result of any act of fraud or collusion with another person engaged in the same line of
business or commerce. Furthermore, the firm certifies that it is not barred from bidding on this
contract as a result of a conviction for the violation of State laws prohibiting bid-rigging or bid-
rotating. Any false statement hereunder constitutes a felony and can result in a fine and
imprisonment as well as civil damages. The offeror also understands that failure to sign this
statement will make the bid non-responsive and unqualified for award.

___________________________ _______ ________________________________


Print Name & Date Authorized Signature

_______________________________________________________
Company Name

INSURANCE:
Offerors providing a service or installing equipment on or about Central Utah 911 or its
partner’s property shall provide to the Executive Director evidence of Comprehensive,
Liability, and Workman's Compensation insurance prior to commencement of work on
property. The offeror guarantees to save the Center, its agents or employees, harmless from
liability of any nature or kind, for use of any copyright, composition, secret process, patented
or unpatented invention, articles or appliances furnished or used in the performance of the
contract, or which the offeror is not the patentee, assignee, or licensee. Furthermore, the
offeror hereby agrees to save and hold harmless and indemnify Central Utah 911 and its
partners from and against all injury, death, damage, loss, claims and liability caused by or
arising out of the performance of this agreement by the Offeror, its employees, agents or sub-
offerors. This agreement extends to all claims, of any nature, whether made by the Offeror’s
employees or third parties.

___________________________ _______ __________________________________


Print Name & Date Authorized Signature

_______________________________________________________
Company Name

20
Revision Date 04/03/2019 V002

Vous aimerez peut-être aussi