Loading...
HomeMy WebLinkAbout22-Police Department o o o aTY OF SAN BERNARDINO - REQUEST FOR COUNaL ACTION From: Michael A Billdt, Ollef of Police Subject: Resolution of the City of San Bernardino authorizing the purchase of upgraded computer server hardware for the Police Department's Automated Reporting System from Zunesis, Inc. of Centennial, o>lorado. Dept: Police Department Date: June 2, 2008 M/CCDATE: June 16,2008 Synopsis of Previous Council Action 9-23-2002 Resolution # 2002-306 approved an upgrade of the O>mputer-Aided-Dispatch system (CAD), Police Records Management System (RMS), and Mobile Data Software used by the Police and Fire Departments from TIburon, Incorporated. Recommended Motion: Adopt Resolution. ~~ MIa-IAEL A BILLDT, OiIEF OF POLICE O>ntact person: Captain Theodis Henson Phone: 384-5609 Supporting data attached: Yes Staff Report/Resolution Ward: All . FUNDING REQUIREMENTS: Amount: Source: $ 37,866.99 $ 37,866.99 - Computer Equipment, Account # 123-793-5502 (2006 COPS Tech) Finance Council Notes: Agenda Item No. J..J- CQ/I(P/O/ -~ o CITY OF SAN BERNARDINO - REQUIlEST FOR COUNCIL ACTION Staff Report Subiect Resolution of the City of San Bernardino authorizing the purchase of updated computer server hardware for the Police Department's Automated Reporting System from Zunesis, Inc. of Centennial, Colorado. Backl!round The Police Department operates a Computer-Aided-Dispatch (CAD) and Records Management System (RMS) platform provided by Tiburon, Incorporated. In 2002, the Police Department upgraded CAD and RMS to a Microsoft. Windows version which included a new module for electronic report writing called Automated Reporting System (ARS). ARS is used by Front. Desk personnel to create most of our desk reports. Approximately 9,000 to 10,000 desk reports. are created annually with this software. This current first generation ARS platform will not work on the MDCs in patrol cars. o In 2007, the Organizational Review conducted by Management Partners recommended that the Police Department invest in completing the transition from paper based police reports to electronic reports produced with ARS software (Item #125 in Management Partners' Final Report). Both the Ontario and Fontana Police Departments have implemented similar programs using the ARS reporting tool for almost all of their basic crime reports. To implement the recommendation of Management Partners, the basic CAD and RMS software suites used by the Police Department need to be upgraded to their most current edition. CAD 2.3 and RMS 7.5 will provide officers with the software enhancements necessary to write reports in the station or in their patrol cars using the ARS software. CAD system upgrades will enable officers to directly transfer location and date/time information into their ARS reports from their CAD radio call. RMS system upgrades will provide the most current version of the ARS report writing software, web based interfaces for users to look at all RMS data, including most basic report data, and a jail interface that can transfer arrestee information entered by jail personnel directly into the officer's electronic reports. At the completion of these two projects, patrol officers will be able to complete basic crime report documents (CRI Crime Report "Face Page," CR2 Crime Report Narrative Page, CR3 Suspect Page, and PRI Property Report) on their police car MDCs. Patrol supervisors will be able to electronically review reports created by officers in the field on their police car MDCs. Detectives and support personnel working in the station will be able to create ARS reports and do supplemental reports from any RMS workstation in the Police Department. o To complete these two projects new computer server hardware must be purchased to host the upgraded Automated Reporting System (ARS) and the Records Management System (RMS). Hewlett and Packard (HP) servers and Dell Computer servers are certified by Tiburon, Incorporated for use with their software. Both HP and Dell provide server hardware at o discounted rates as part of the 2007 Western States Contracting Alliance (WSCA). HP computer servers are approximately $4,700.00 lower in cost than Dell servers. The 2007 open competitive Western States Contracting Alliance (WSCA) award for HP computer servers was awarded to Zunesis, Incorporated, of Centennial, Colorado. Only Zunesis, Inc. can sell HP servers at the discounted WSCA rate to government agencies. Zunesis, Incorporated is qualified for sole source purchasing approval pursuant to San Bernardino Municipal Code Section 3.04.010(b)(3). The government account representative from Zunesis, Inc. who handles our City account confirms that Zunesis, Inc. will accept and abide by the vendor product terms outlined on the official purchase order document of the City of San Bernardino. They will adhere to the terms business license (required because their employees actually do work on their software at our dispatch center). The City's Business Registration Manager has confirmed that Zunesis, Inc. will not need to purchase a City business license to complete this sale as they are a Centennial, Colorado based corporation. A Federal COPS Technology Grant "sole source waiver" is not required because this purchase does not reach the $100,000.00 project threshold. Financial Impact This purchase requires a total expenditure of $37,866.99. The 2006 COPS Technology Grant has $37,866.99 (in Account #123-793-5702) approved for this project. There is no match o requirement or impact to the General Fund. Recommendation :Adopt Resolution. o t , 1 RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE PURCHASE OF UPGRADED COMPUTER 3 SERVER HARDWARE FOR THE POLICE DEPARTMENT'S AUTOMATED REPORTING SYSTEM FROM ZUNESIS, INC. OF CENTENNIAL, COLORADO. 4 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 5 OF SAN BERNARDINO AS FOLLOWS: 6 SECTION 1. That the Mayor and Common Council approves a local competition bid 7 exemption allowing the Purchasing Manager to use the 2007 open competitive Wester States 8 Contracting Alliance(W SCA)computer hardware bid award to Zunesis, Incorporated,of Centennial 9 Colorado, for the computer server hardware needed to support the Police Department's "Automated lo Reporting System"upgrade (per Municipal Code § 3.04.010 (B) (3)). 11 SECTION 2. Whereas Zunesis, Inc. will abide by the product vendor terms outlined on 12 the official Purchase Order document of the City of San Bernardino,a copy of which is attached hereto 13 as Exhibit "A," the Mayor and Common Council authorizes the Purchasing Manager to issue a 14 Purchase Order to Zunesis, Inc., of Centennial, Colorado, (HP Public Sector Sales' assigned WSCA 15 vendor) for the purchase of computer hardware necessary for the "Automated Reporting System" 16 upgrade as outlined in Zunesis' Quotes#1678358,#1739681 and#03212008042. The Purchase Order 17 shall read, "San Bernardino ARS Upgrade Server Bundle. Not to Exceed $37,866.99." 18 19 20 21 22 23 24 25 26 27 28 5 , t ' r 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE PURCHASE OF UPGRADED COMPUTER SERVER 2 HARDWARE FOR THE POLICE DEPARTMENT'S AUTOMATED REPORTING SYSTEM FROM ZUNESIS, INC. OF CENTENNIAL, COLORADO. 3 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and 5 Common Council of the City of San Bernardino at a meeting thereof, held on the_day 6 of , 2008, by the following vote, to wit: 7 COUNCIL MEMBERS: AYES NAYS ABSTAIN ABSENT 8 ESTRADA 9 BAXTER 10 BRINKER 11 DERRY 12 KELLEY 13 JOHNSON 14 MC CAMMACK 15 16 Rachel Clark, City Clerk 17 18 The foregoing Resolution is hereby approved this _ day of , 2008. 19 20 21 PATRICK J. MORRIS, Mayor City of San Bernardino 22 Approved as to form: 23 JAMES F. PENMAN, 24 City Attorney 25 By: 26 27 28 This order is subject to the following terms and conditions E XAI /,f/ 7 r `� IMPORTANT INVOICES MUST BE FORWARDED TO THE DEPARTMENT PLACING THIS ORDER immediately upon delivery of articles or performance of services ordered hereon or unless otherwise indicated Invoices must show on their face the number of this order,which appears in the upper right hand corner hereof, the name of the department to which the goods were furnished;that the same covers complete or partial delivery or performance as the case may be, and amount of prompt payment discount. FREIGHT CHARGES, IF ALLOWED, MUST BE PREPAID AND ITEMIZED ON INVOICE.ALL PURCHASES F.O.B. DELIVERY ADDRESS UNLESS OTHERWISE SPECIFIED ON PURCHASE ORDER.ALL ARTICLES OR SERVICES FURNISHED PURSUANT TO THIS PURCHASE ORDER SHALL COMPLY WITH ALL CAL-OSHA STANDARDS AND REGULATIONS AND ALL APPLICABLE GOVERNMENTAL LAWS AND ORDERS. 1. This Purchase Order is limited to the Terms and Conditions contained on the face and back hereof.Any ;additional or different terms in the seller's form are hereby deemed to be material alterations and notice of objection to them and rejection of them is hereby given. No variation in prices, quality, quantity, deliveries or specifications of this order, nor automatic renewal of services or annual orders, irrespective of the wording of seller's acceptance,will be effective without the written consent of the Purchasing Manager. 2. ALL PURCHASES F.O.B. DESTINATION DELIVERY ADDRESS UNLESS OTHERWISE SPECIFIED ON PURCHASE ORDER. 3. Packing lists must accompany each shipment showing our order number,description,part number for each item and name of"Deliver to" department. 4. Shipments must be identified as"Partial" or"Complete". 5. Material is subject to buyer's inspection and approval within a reasonable time after delivery; if specifications are not met or if material is not approved,material may be returned at seller's expense. 6. Send invoice promptly for each partial or complete shipment,showing our order number. 7. Invoice each Purchase Order separately,in duplicate. 8. In connection with any prompt payment discount specified on this order,time will be computed from the date of complete delivery of articles or services as specified; or from the date correct invoices are received in the Finance Department if the latter date is later than the date of delivery. Payment is deemed to be made,for the purpose of earning the discount on the date of mailing the city warrant or check. 9• C.O.D. Shipments will not be accepted. 10. Overshipments, unless specifically authorized by the Purchasing Manager will not be accepted. 11. Vendor shall supply all items, components, parts, processes, etc. as furnished and supplied as his "standard" article or service and as so advertised,whether or not such items, components,parts,processes,etc.are specifically specified herein. 12. All articles or services furnished pursuant to this purchase order shall comply with all CAL-OSHA standards and regulations and all applicable governmental laws and orders. 13. Ownership of all artwork, film, negatives, computer files, diskettes, CD Roms and other related media,whether supplied by the City to Seller or produced for the City by the Seller for the fulfillment of this order,.shall be retained by the City. Seller shall surrender all such materials to the City upon demand. 14. TERMINATION-City reserves the right to terminate its obligations under this order or any part hereof if any delivery is not made within the time provided, or, if no time is specified,within a reasonable time, or if the material that is delivered is not as specified. Such right shall be in addition to City's other legal rights, whether set forth in this order or not. Acceptance of any part of the order shall not bind City to accept future services or shipments,nor deprive it of the right to stop performance of existing services or return goods already accepted. THE CITY OF SAN BERNARDINO WILL NOT BE RESPONSIBLE FOR ARTICLES OR SERVICES FURNISHED OFFICIALS OR EMPLOYEES WITHOUT A PURCHASE ORDER SIGNED BY THE PURCHASING MANAGER OR HIS AUTHORIZED REPRESENTATIVE. In submitting a bid to a public purchasing body,the bidder offers and agrees that if the bid is accepted,it will assign to the purchasing body all rights,title,and interest in and to all causes of action it may have under any applicable Federal or State Laws arising from purchases of goods, materials,or services by the bidder for sale to the Purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the