Loading...
2004-007City of Southlake, Texas RESOLUTION NO. 04-007 A. , OFFICIAL RECORD A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SOUTHLAKE, TEXAS, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH CROSSROADS SOFTWARE, A CALIFORNIA CORPORATION, TO PROVIDE THE DEPARTMENT OF PUBLIC SAFETY WITH HARDWARE AND SOFTWARE FOR A HANDHELD AUTOMATED CITATION ISSUANCE SYSTEM. WHEREAS, the City Council of the City of Southlake, deems it advisable and necessary to properly and efficiently enforce the traffic laws in the City of Southlake for purposes of reducing accidents and the resulting injuries; and WHEREAS, the current system of traffic citation issuance is labor intensive and occasionally leads to inadvertent errors in data entry by both officers and clerical staff; and the City of Southlake has determined that an electronic handheld citation issuance system will provide improved safety for officers and improved accuracy in the input of data, thereby reducing errors in critical court documents and improving the ability to hold offenders accountable; and WHEREAS, the City issued a request for high technology proposals, to which Crossroads Software, a California Corporation with extensive experience in this technology, was the low bidder; THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SOUTHLAKE, TEXAS THAT: Section 1. The City Manager is authorized to enter into a contract with Crossroads Software, a California Corporation, to provide hardware, software, training, maintenance, and supplies for an automated citation issuance system consisting of twenty (20) handheld units and software to be delivered over a two year period for a cost of $61,950. Section 2. This Resolution shall become effective immediately upon its passage and approval. PASSED AND APPROVED THIS JLA DAY OF JQ.Y1(.IQYu , 2004. J ATTEST: Lori Farwell, City Secretary Andy Wambs anss, Mayor C70, uTH,,,, i? : CO r 0MCIALRECORD CONTRACT WITH CROSSROADS SOFTWARE THIS CONTRACT is between the City of Southlake, Texas, a municipal corporation City), and CROSSROADS SOFTWARE, Inc. (Consultant), a California corporation. Exhibits attached to this Contract and which are incorporated into this Contract for all purposes are: Exhibit A: Proposal to City of Southlake, Texas, from CROSSROADS SOFTWARE Proposal), consisting of 41pages. Exhibit B: City of Southlake Citation Insurance System Specifications dated December 15, 2002, consisting of 27 pages. 1. PURCHASE, INSTALLATION, AND SUPPORT OF APPLICATION SOFTWARE. a) Consultant agrees to sell and City agrees to accept from Consultant the software described in Exhibit A (software). b) Consultant agrees to provide to City the software, products, installation, and other services described in Exhibits A and B. If there is any conflict between this Contract and the Exhibit, this Contract controls. c) Consultant will provide the software and perform the services in accordance with the following Project schedule: Delivery of hardware (10 handheld devices with January 30, 2004 wireless cards) and installation of software Training of Staff January 30, 2004 Delivery of hardware (10 Handheld devices without January 30, 2005 Wireless cards) and installation d) Consultant agrees to provide City, at no additional charge if currently on annual maintenance, with updates and enhancements that Consultant may make generally available during the Contract period. If an update replaces a prior version of the software, City agrees to destroy the prior version upon installing the update. Updates will provide full data compatibility with prior versions or will include programs or utilities to automatically convert prior data files to structures required by updates. e) Support services shall be provided by Consultant as set forth in Exhibit A. 2. USE OF SOFTWARE PRIOR TO FINAL PAYMENT. a) City is permitted to make two back-up copies on magnetic media of each application of the software and one back-up copy of - the -related -documentation.—T-hese-copies- may be stored at an off-site location secured from unauthorized use. b) Upon written request by City, and with written permission by Consultant, additional copies may be made for City's internal use only. W:\Southlake\Agreements\Crossroads Software. 102203.doc Page 1 r c) City will reproduce all confidentiality and proprietary notices on each of the back- up copies and maintain an accurate record of the location of each copy. City will not otherwise attempt to copy, translate, decompile, disassemble, or reverse engineer the software. 3. TERM. This Contract shall be perpetual and non-exclusive. 4. PAYMENT. a) In payment for the license, hardware, installation, and application support provided by Consultant, City shall pay the following total amounts over a two year period: System Components Total Software Citation Software for Handheld 15,000.00 Court Transmission Software 3,000.00 Sync Software and Export Software 1,500.00 Hardware Handheld Compaq IPAQ 3950 10,200.00 Compaq Dual Expansion Pack 4,000.00 w/ 2PCMIA Slots for PDA Model 3950 Seiko DPU 3445 Printer 10,200.00 Semtek Iswipe Magnetic Card Reader Model H3800 5,000.00 Sierra Wireless GPRS Air Card Model 750 GSM-GPRS 4,300.00 64 MB Secure Digital Memory Card 900.00 HP Photosmart Camera 3,500.00 SD Card Reader 50.00 System Support One Year Unlimited Telephone Support $0.00 Maintenance and Support 2nd Year for software $2,000.00 100 Rolls Thermal Paper $300.00 Subtotal $57,650.00 Training On -Site Training (8 hours) Year 1 $2,000.00 Total $61,950.00 b) The license, hardware, installation, and application support fees shall be payable as follows: W:\Southlake\Agreements\Crossroads Software.102203.doc Page 2 1,000 upon execution of this Contract. 35,000 upon receipt of 2004 hardware, software, and completion of training. 7,050 upon acceptance by the City. 18,900 upon receipt and acceptance of 2005 hardware. c) The first year of system support is included at no additional cost to the City. The second year of system support will commence 365 days after the City's acceptance. 5. WARRANTY a) Consultant warrants that the software, documentation, and updates shall substantially conform to Consultant's published functional specifications in effect on the date of delivery. b) Consultant warrants that the software shall be free from defects in material, content, and workmanship for a period of one year from the date of acceptance. For purposes of this Contract, "acceptance" means the date that City begins to utilize Consultant's software applications and the software is ftinctioning in conformance with Consultant published functional specifications. c) If within 365 days after acceptance of the software by City, it is discovered that the software is defective or otherwise does not perform as represented, Consultant shall either replace or repair the defective or nonperforming software, or refund the amount paid for the software if Consultant is unable to remedy the defect. d) Consultant warrants that Consultant has the right to license the Licensed Software and to sell the Equipment, and other products which are described in Exhibit A. e) Consultant warrants that the Licensed Software delivered will perform the functions defined by the user manuals, and Exhibit A, and that each module shall be free from defects in material, content and workmanship for a period of 365 days from the date of acceptance. f) Consultant warrants that all of the Equipment described in Exhibit A will be delivered new and not as "used" Equipment unless the fact that Equipment has been used has been disclosed to and approved in writing by the City. Consultant warrants that it shall provide the manufacturer's warranties to the City which shall commence upon the delivery date to the City of Southlake. 6. INDEMNITY a) Consultant agrees to indemnify and save City harmless from and against any and all judgments, suits, costs, and expenses resulting from any alleged infringement of any patent or copyright arising from the use of the software pursuant to this Contract. b) If action is brought against City claiming that the software infringes a patent, copyright, or trade secret within the United States, Consultant will defend City at Consultant's expense and pay the damages and costs finally awarded against Consultant or City in the infringement action. This indemnity is valid only on the following conditions: (i) City notifies Consultant promptly upon learning that the claim might be asserted; (ii) Consultant has sole W:\Southlake\Agreements\Crossroads Software. 102203.doc Page 3 control over the defense of the claim and any negotiation for its settlement or compromise; and iii) City takes no action that, in Consultant's judgment, is contrary to Consultant's interest. c) If a claim described in Paragraph 6(b) may be or has been asserted, City will permit Consultant, at Consultant's option and expense to (i) procure the right to continue using the software, (ii) replace or modify the software to eliminate the infringement while providing functionally equivalent performance, or (iii) accept the return of the software and refund to City the amount actually paid to Consultant for the software, installation, training, and conversion, and a pro -rata share of any maintenance fees that City actually paid to Consultant for the period that the software was not usable. d) Consultant shall have no indemnity obligations to City for consequential, indirect, special, punitive, or incidental damages, whether foreseeable or unforeseeable, based on City's claims, including, but not limited to claims for loss of data, goodwill, or use of money. e) Consultant agrees to defend, indemnify and hold City, its officers, agents, employees, and elected officials harmless against any and all claims for damages, costs and expenses for any personal injury or property damage that may arise out of, or be occasioned by, or from any negligent act, or omission of Contractor, or any agent, servant or employee of Contractor in the execution of performance of this contract, without regard to whether such persons are under the direction of City agents or employees. 7. TERMINATION a) Consultant may terminate this Contract after 30 days' written notice, upon the occurrence of refusal by City to make any payments when due. b) City may terminate this Contract if Consultant fails to provide the software or hardware as warranted in accordance with the terms of this Contract. To initiate termination, City shall deliver 30 days' written notice to Consultant as follows: 1) Notice shall provide a detailed description (with examples) of any warranty defects claimed; 2) Consultant shall have 30 days from receipt of the notice to correct any warranty defects in order to satisfy the terms of this Contract; 3) At the end of 30 days, unless the termination has been revoked in writing by City, the Contract terminates. 8. OWNERSHIP a) All trademarks, service marks, patents, copyrights, trade secrets and other proprietary rights in or related to the software are and will remain the exclusive property of Consultant, whether or not specifically recognized or perfected under applicable law, until final acceptance of the custom software by the City and final payment by the City to Consultant. Upon such acceptance and final payment, City shall obtain all rights, title, and interest in the software by virtue of this Contract. Prior to final acceptance and final payment by the City, City will not take any action that jeopardizes Consultant's proprietary rights or acquire any right in the software, except the right to use the software specified in Paragraph 2. b) Consultant warrants that Consultant has exclusive ownership of the software. W:\Southlake\Agreements\Crossroads Software.102203.doe Page 4 t c) After final acceptance and final payment to the Consultant, Consultant shall provide the source code for the software to the City. 9. RIGHT TO INSPECTION Consultant or its representative may, upon prior written notice to City, inspect the files, computer processors, equipment and facilities of City during normal working hours to verify City's compliance with this Contract. 10. NOTICES AND CORRESPONDENCE Any notice or correspondence required under this Contract shall be sent by certified mail, return receipt requested, and shall be effective upon receipt, if addressed to the party receiving the notice or correspondence at the following address: If to Consultant: Crossroads Software Attn: Jeff Cullen 210 W. Birch Street, Suite 207 Brea, CA 92821 If to City: Gary Gregg Director of Technical Services 1400 Main Street, Suite 420 Southlake, Texas 76092 11. RISK OF LOSS a) Consultant is responsible for all risks of loss or damage to Hardware or Software furnished under this Agreement until delivery is made inside the DPS or Municipal Court premises. Thereafter, the City will be responsible for risks of loss or damage, except for loss or damage caused by Consultant in the process of installation. b) Title to the Hardware shall pass from Consultant to the City upon delivery and the Equipment is installed and the successful completion of the Hardware Functionality Test, a test performed by Consultant, to the City's reasonable satisfaction, to determine that the Hardware is staged and operational. 12. MISCELLANEOUS a) Consultant shall not assign, delegate, or otherwise transfer this Contract or any of its rights or obligations under this Contract without the prior written consent of City, which consent shall not be unreasonably withheld. b) Consultant shall comply with the insurance requirements set forth in Exhibit C. c) Consultant shall operate as an independent contractor, and Consultant's employees shall not be considered agents or employees of the City. d) This Contract constitutes the entire statement of all conditions and representations of the agreement between the Consultant and City with respect to its subject matter. W:\Southlake\Agreements\Crossroads Software.102203.doc Page 5 e) This Contract may be amended or modified only in writing agreed to by both parties. f) Source code for the licensed software will be resident on City's hardware system during the term of this Contract. g) This Contract shall be governed by the laws of the State of Texas and venue in any proceeding relating to this Contract shall lie in Tarrant County, Texas. h) No failure or delay on the part of either party in exercising any right hereunder will operate as a waiver thereof. 1 i) All warranties, representations, terms and covenants given herein shall survive and not merge on the delivery of any of the equipment or software described in this Contract. 0) In the event suit or action is instituted to enforce any of the terms of this Contract, the prevailing party shall be entitled to recover from the other party such sums as the court may adjudge reasonable as attorney fees, and court costs, for trial or on appeal, in addition to all other sums provided by law. p n r EXECUTED this the ` day of IJGA vtUar- / , 200# t SOUTHLAKE, TEXAS Billy imp Its: VbJq4A Date: — — 0 y CONSULTANT CROSSROADS SOFTWARE, INC. By: G-11 Its: C -F- o Date: 14- I &.11 z w 3 W:\Soutlflake\Agreements\Crossroads Software.102203.doc Page 6 EXHIBIT "A" PROPOSAL W:\Southlake\Agreements\Crossroads Software.102203.doc Page 7 I s f , T. 1 , V ` rte'' ,, I e ate„-'•r,,- • M, '", d M .;: 1}.,er; _' i. . , Citation' Issuance System y I' PLRO-P O SAL FOR- T,S O LITH LAKE c, rya rF'F5'> '.'t"•y i.,, L1 r•., fin F• i = R y SS ORDS,SOFTWARE 21 O :W.=Bir6,Streef;,Suite 207 f... ` f- • ^, : HT1' ".. '. 1,1 I.• : ., _, ',., 4) ,990 5628'. WWW.crossroadssoftware.com March 1, 2003 iate„-'•r,,- • M, '", d M .;: 1}.,er; _' i. . , Citation' Issuance Systemaid: ^-'? '* - c•.• « i..7, F: •;r,^ .• +, h..,`,. :•L I :lam w. e v'+w ' *y M y l-= 'a• • r+, - • 1c,k.u.IS- r..r i1:E'y c, rya rF'F5'> '.'t"•y i.,, L1r•., fin F• i = R y SS ORDS,SOFTWARE 21 O :W.=Bir6,Streef;,Suite 207 f... ` f- • ^, : HT1' ".. '. 1,1 I.• : ., _, ',., 4) ,990 5628'. WWW.crossroadssoftware.com March 1, 2003 Crossroads Software March 1, 2003 Office of the City Secretary 1400 Main Street Southlake, Texas 76092 Dear City Secretary, 210 W. Birch Street, Suite 207, Brea, CA 92821 (714) 990-6433 Crossroads Software submits this proposal for a Citation Issuance System for the City of Southlake. This proposal includes details about our Citation Issuance System, qualifications, and experience. Crossroads Software is devoted exclusively to developing software solutions for traffic safety professionals. Over the past eleven years, our firm has led the industry in Windows and GIS - based collision and citation records systems. We have also developed a full -featured handheld citation writing system that offers electronic writing and printing of traffic citations in the field. Based on our experience, we feel that we are uniquely qualified for the City of Southlake's Citation Issuance System project. We introduced the first electronic handheld citation system in the State of Nevada (to Washoe County). We have also developed, customized, and collision and citation systems to over 200 agencies. For the City of Southlake, Crossroads Software will provide a full -featured, thoroughly tested handheld citation system that runs on Microsoft Windows Pocket PC and that uses Compaq Ipaq PDAs, portable, wireless Seiko printers, and mag -stripe readers. In addition, the system will offer wireless access to federal, national, and regional online databases. The system can output all collected citation data into a wide variety of electronic formats that can then be imported into database management and court software. The Crossroads Software system makes data input easy (using drop-down lists, automated dates and times, required information checking, and more), helps reduce errors, offers unique features such as electronic signature capture, and provides both "hard -copy" printing on preformatted citations and "soft -copy" citation data for offloading to a records management system. Our citation program also offers configurable data fields and overall flexibility for future changes. The strengths of the Crossroads Software project team will ensure that the citation system provided to the City of Southlake meets or exceeds the City's electronic citation needs. I -nthispr-opusal—we-disouss-the-details-of-the-so#lwar-e-and-hauiware,-the-specifics of -outwork_ program, and the experience of the Crossroads Software team with similar projects. We would be happy to explain further and demonstrate our approach, capabilities, and proposed system to you in a formal interview or on an informal basis. This proposal will remain valid for one hundred and twenty (120) days. We would like to thank you for inviting us to respond to your RFP, and we look forward to an opportunity to work with you and your staff on this project. Sincerely, 1 \' u----- Jeff Cullen Director of Software Development e Table of Contents ExecutiveSummary ......................................................................... 1 Scopeof Services............................................................................. 2 Qualifications................................................................................. 7 KeyProject Personnel....................................................................... 9 Project Team Organization.................................................................. 11 Operational Site References............................................................... 12 ProjectSchedule............................................................................. 13 CostProposal................................................................................. 14 Appendices Appendix A: Sample Input Screens, Available Hardware Appendix B: Resumes Appendix C: List of Firms and Agencies Using Crossroads Software Appendix D: Software License Agreement Crossroads Software Proposal for Citation Issuance System City of Southlake Executive Summary Crossroads Software is proposing a complete Citation Issuance System for the City of Southlake's Public Safety Department. The System will include: electronic handheld citation issuance devices providing efficient input (include drop-down lists and mag -stripe readers) of violator, vehicle, location, violation, and other data; portable printers for printing citations in the field; software for wireless access to NCIC, TCIC, and regional wants, warrants, and Motor Vehicle Division information; electronic output of citation records; a modular design to allow for future modifications, when necessary; and additional features. Crossroads Software's proposed citation system is an automated, user-friendly system that will improve citation issuance in the City, expedite data entry and record management, help the City use its resources more efficiently, and provide capability for integration between public safety and the courts. Crossroads Software will be providing not only the handheld citation software, but all hardware as well as support. The software involves a single site -license purchase, while the hardware units are priced individually. Additional costs include training, support, and wireless access. A detailed, itemized costs proposal is included. Overall, the site license (citation program, court transmission, sync and export software) is $19,500 (no limit on number of units that software can be installed on). All hardware components amount to $1,995 per unit. Wireless access is $50 per month, per device. The City of Southlake has requested two costs estimates, one for 12 units and software, another for 8 units. For 12, the total is $50,640.00. For 8, the total is $20,760. Additional costs include: training ($2,000), printer paper ($3.00 per roll), and support ($2,000 annually; first year free). Please see the enclosed cost proposal for full details. City of Southlake Citation Issuance System Scope of Services I. Introduction Crossroads Software will provide a complete Citation Issuance System for the City of Southlake's Public Safety Department. The System will include: electronic handheld citation issuance devices providing efficient input of violator and violation data; portable printers for printing citations in the field; software for wireless access to NCIC, TCIC, and regional wants, warrants, and Motor Vehicle Division information; electronic output of citation records; a modular design to allow for future modifications, when necessary; and additional features. Crossroads Software is particularly committed to providing an automated, user-friendly system that will improve citation issuance in the City, expedite data entry and record management, help the City use its resources more efficiently, and provide capability for integration between public safety and the courts. II. Citation Issuance System Functional Description The Crossroads Software Citation Issuance System provides the ability to write an electronic citation, easily input violator information, run wants and warrants, capture signatures, print citations, offload completed citations in an electronic format readable by most database management systems, in addition to other features. The program replaces traditional citation - writing methods with a more efficient system for writing, printing, reporting, and analyzing citations. Automated Data Entry Officers' names and identification numbers are contained with the System. When the officers write citations, they can sign on by entering a secure PIN number, and their names and ID numbers will appear on the electronic and printed citations. The citations themselves are sequentially numbered on the handheld device with assigned numbers in the program. The date and time also display automatically. In addition, the System can be automated to check user-specified required data fields. Data Input The Citation Issuance System works on any handheld device running Microsoft Windows Pocket PC. Each citation is efficiently organized into screens that are accessible with the touch of a button:-L-ocation—P-er-son—V-ehiole,—V-iolations,-Notes,-and-so-on. The_input_fields_on_each-scr_een _ consist of text fields for direct input and, more important, of drop-down menus containing all relevant (and, in some cases, configurable) data. These drop-down menus expedite citation writing while reducing error. 2 Transcriber In addition to drop-down menus, the Citation System also includes a "Transcriber" for data entry. The Transcriber allows conventional handwriting, both printed and cursive, anywhere on the screen. The writing is then instantaneously converted into electronic text in the proper data field. Mag -Stripe Reader The Citation Issuance System allows officers to swipe the mag -stripe of a violator's driver license. All of the driver license information contained within the mag -stripe is automatically placed in the appropriate input fields. The officer then continues inputting additional violation, location, and vehicle information. Electronic Signature Capture Once the officer has completed the citation, the violator can sign the citation on the handheld. The signature is electronically captured within the software and will appear on the printed copy of the citation. The signature field is not a write -once field. If necessary, the field can be cleared for another signature. Wireless Data Submission One of the most significant features of the Crossroads Software Citation Issuance System is wireless submission of person and vehicle data to federal, national, and regional wanted persons and criminal history databases. Using either CDPD or GPRS wireless technology, officers can submit the following data: person, property, license plates, firearms, and Vehicle Identification Numbers. That data is checked against all available NCIC, TCIC, and regional databases that offer online access. Officers will not need a separate system for the wireless data submission. Using a wireless connection PC card, the officers can connect with the federal, national, and regional databases using the same electronic handheld device. The wireless data submission component of the Citation Issuance System requires monthly service charges for database access and for the wireless connection. Violation Codes and Descriptions The Citation Issuance System contains a complete codes section that provides violation codes and titles that are selected from drop-down menus. This selection process makes the citation Nv-ming-incredibly-efficient._In_addition,_officers_have_the ability -to -input multiple codes and violation titles (up to four). Printing Citations The Citation Issuance System features a mobile printing system so that officers can print completed citations in the field. The handheld device connects to the printer via infrared, transporting all citation data in a matter of seconds. Officers can preview the printed version of the citation before they print it. The hard -copy citations will be preformatted to conform to the City of Southlake's citation form and data element requirements. The System prints not only the citation number, officer name and ID, person, license, location, vehicle, violation information, and all other citation data, but the violator's signature as well. III. Citation Issuance System Technical Description Handheld Devices, Printers, and Peripherals The Crossroads Software Citation Issuance System operates on electronic handheld computers, also known as Personal Digital Assistants (PDAs) and portable printers. All the hardware components, including printer paper, wireless connection cards, memory cards, and mag -stripe readers will be supplied by Crossroads Software. For the Citation Issuance System, Crossroads Software will provide the Compaq Ipaq handheld computer, model 3950 or later. Each Ipaq will have a minimum of 64 MB of RAM, 32 MB of ROM, an infrared port, and a memory card slot for a 64MB Secure Digital (SD) card. A Compaq Ipaq Dual Expansion Pack provides additional battery power and a PC card slot. For the printer, Crossroads Software will provide the Seiko DPU -3445 Micro Printer, which weighs only 13 ounces (with battery), is 6 inches wide and 6.5 inches long, has a high printing resolution of 200dpi, connects via infrared or cable connection, and prints the 4.4 -inch wide paper at 1.96 inches per second. Additional hardware includes the Semtek Iswipe Magnetic Card Reader and a Compact Flash Wireless Aircard for wireless connection. The wireless connection requires local wireless carrier capability. Battery Life The Compaq Ipaq uses a lithium -ion battery. With the battery fully charged, an officer can write up to 1,000 citations on a single charge. The Ipaq can easily be charged overnight (actual charge time is two to three hours). System-Req-u-ir-ements for—Desktop-Sy-ncin-g/Database_Management_-__ For database management purposes and integration with court software, the System employs a handheld syncing interface program. This program requires a desktop workstation running 4 Microsoft Windows 98, NT, 2000, or XP. Minimum system requirements are a 500 MB hard drive, 128MB of RAM, 600 MHz processor or better, and a CD-ROM drive. In addition, the Department should have an internal server (Windows NT, 2000) capable of running Microsoft IIS. IV. Database Management/Municipal Court Software Integration At the end of a shift, officers simply sync the handheld device to a desktop station to offload the citation records. The system will export all collected data into a wide variety of electronic formats. The City of Southlake Municipal Courts will be responsible for modifying current court software to read in the exported citation data. Crossroads Software can be very flexible in the format of the citation file outputted to the courts. The Handheld Sync Software is web -based with a user-friendly browser interface that makes it easy for department staff to offload citations to a central server. This software requires an internal server running Microsoft IIS (it will run on Windows NT and 2000 servers). Security, Backup, Tracking, and Emergencies The Citation Issuance System is secured using authenticated password protection. System administrators will have complete control over administering user access and managing passwords. Backup of citation records is done by any conventional method of backing up data on the department's server. Finally, for tracking voided citations and errors, the System can produce a report detailing explanations, dates, errors, and solutions. In the event of a data emergency, the Public Safety Department and the Municipal Court can contact Crossroads Software by phone or email. City Responsibilities During Installation and On -Going Operation The Citation Issuance System is especially designed to require minimal City resources for operation. A police department representative will need to be available to Crossroads Software to provide Crossroads Software staff with information such as violation codes, citation format samples, etc. For on-going management, all that is required is a single staff person who can add, replace, and manage data files. Crossroads Software will need to be assigned a temporary username and password with full access to a single folder on the server, or an administrator for the system must be present for installations. Modular Citation and Database Design Crossroads Software develops "modular" systems that allow for changes in forms, interfaces, and output when the need arises. The Citation Issuance System can be updated when there are changes in State Laws. In addition, the standard System is flexible to allow for immediate 5 changes. To add new violations, for example, users simply import the new codes and titles into the System and then sync with the handheld devices to update the violation tables in the handheld. V. Training, Support, and Reports Crossroads Software will provide the City of Southlake with a full day (eight hours) of training in the use of the handheld devices, the writing and printing of citations, and syncing with Municipal Court databases. We will also provide five copies of a details user's manual. Crossroads Software offers technical support, maintenance, and upgrades at no additional charge for one year from the date of installation. Support, maintenance, and upgrades for each additional year are available for an annual fee. After meeting with the City of Southlake to determine the frequency of progress reports, Crossroads Software will produce reports to describe the achievements, problems, and effects of the Citation Issuance System. 2 Crossroads Software Project Team Qualifications Crossroads Software specializes in developing and providing computer software solutions to the traffic safety and engineering professions. From offices located in California, Crossroads Software has designed and implemented software packages for traffic collision and citation database systems, GIS mapping systems, traffic signal and signing/striping design, radar speed study analysis, traffic counts management, web -based traffic collision analysis, and electronic handheld citation -writing and reporting systems. These software applications are being used by both public and private agencies. In addition to software development, Crossroads Software has also provided in-depth training programs in the use of Crossroads applications, CAD packages, GIS systems, network software, and other software within the Microsoft Windows environment. The Crossroads Software Traffic Collision Database System is being used more than 200 agencies in California, Nevada, Washington, New Jersey, Florida, and Arizona and has been customized to suit the individuals needs of many of these agencies. The Crossroads Software Handheld Citation System is being used by police departments in several police departments in California and has been adopted by the Nevada Highway Patrol, as well as all ten Nevada police agencies. The following briefly describes Crossroads Software's experience with electronic handheld citation systems and/or traffic collision systems. Washoe County, NV — Crossroads Software provided a complete handheld traffic citation and collision system to the Washoe County Sheriff's Department. This was the first agency in Nevada to implement a handheld citation system. Washoe County wanted a more effective and efficient method of writing traffic citations and collision reports in the field using easily portable handheld devices and printers. They also needed to improve upon their manual records management and analysis system. Crossroads Software therefore provided Washoe County with a full statistical, web -based citation and collision analysis system. Washoe County officers use the Compaq Ipaq handheld devices with integrated barcode readers to write citations and collision reports in the field. The citation and collision forms offer quick, easy data input with drop-down lists, automatic checking of required fields, and a transcriber for easy handwriting. Then the officers print the citations on portable thermal Seiko printers that quickly print a full, preformatted citation in a matter of seconds. The citations and collision reports are safely stored on small, digital SD cards. At the end of their shifts, the officers offload the citation and collision data into the Collision and Citation Database System on the Sheriff's Department PCs. The citations are sent electronically to the Washoe County courts. In addition, all collision and citation records are available for analysis and reports. The entire system, from citation writing in the field to analysis, allows Washoe County to write, print, manage, and analyze traffic citation and collision records, reduce errors, and provide valuable and effective information that assists them in safety evaluations and enforcement. Petaluma, CA — When the Petaluma Police Department decided it wanted to replace its traditional method for DUI arrests with an electronic handheld DUI solution, Crossroads Software developed a full -featured handheld DUI arrest system. The system is complete, 7 providing electronic forms for: DUI interview; walk and turn, one -leg stand, Romberg balance, and similar tests; PASD test; violator and vehicle information; event and location information; witnesses; and more. Officers perform the tests on the handheld and then print DUI forms on a Windows -compatible printer from a desktop computer at the station. The handhelds sync with the Petaluma Police Department computers, allowing the DUI data to be offloaded and made available for reports, tracking, and analysis. The DUI module conforms to NHTSA standards. Santa Ana, CA — Crossroads Software provided a complete electronic handheld citation, collision, and DUI system to the Santa Ana Police Department in an effort to help Santa Ana streamline and improve traffic safety and enforcement through efficient reporting and effective information analysis. Using Compaq Ipaq handheld computers, Seiko printers, integrated mag - stripe readers, thumbprint -capture cards, and digital cameras, Santa Ana officers write and print citations, take collision reports, and perform DUI tests. This Handheld Report Writing System provides Santa Ana officers with easily portable, lightweight, fully integrated devices that reduce the amount of time necessary to write a citation or collision report and help mitigate errors. With a more efficient and accurate system, Santa Ana can manage and analyze traffic collision patterns, DUI problems, and moving violations far more productively than ever, allowing for improvements in safety enforcement, analysis, and records management. Crossroads Software KEY PROJECT PERSONNEL Jeff Cullen has more than ten years of experience in the transportation engineering and traffic safety fields. Mr. Cullen has been one of the Principals and the Director of Software Development at Crossroads Software for the past nine years. He has designed, developed and implemented software packages for traffic collision database systems, traffic signal design, radar speed study and analysis, traffic signal timing and coordination, vehicle license plate matching and traffic counts management. He has also designed Traffic Collision Database Systems for more than 160 agencies including the Cities of Oakland, Huntington Beach, Berkeley, Santa Ana, Monterey, Costa Mesa, Petaluma, Stockton, Hollister, Rancho Cucamonga, Walnut Creek, Garden Grove, and the Counties of Santa Clara and Kern. He is currently designing systems for the Cities of San Jose, Santa Rosa, Bell, and the Los Angeles County Sheriff's Department. Mr. Cullen will be directly responsible for software development and system setup. Torn Leogrande has nearly ten years of experience in information services and virtually every aspect of information technology. He has applied his related experience to the development of productive, user-friendly software and his testing experience to the production of software that is free of anomalies and intuitive to use. Mr. Leogrande has served as the lead programmer on the Crossroads Software Handheld Citation and Report Writing System, in addition to developing complaint/request management software and a graffiti -tracking application. He has relied on his extensive knowledge of networking and leading-edge technology in producing highly advanced applications, including software for handheld computers, advanced databases that link seamlessly to GIS mapping software, and web -based analysis and querying systems. Michael Kalberg completed the Networking Technology Program at UEI. He is the company's main technical support representative, providing telephone, email, and online support for Crossroads Software's systems. Mr. Kalberg also provides training to clients and performs on- site software installation. In addition to these responsibilities, he is also a software programmer, helping to develop many of the elements (standard and custom) for the database management systems offered by the company. Dr. Michael Smith is Crossroads Software's technical writer, web master and leads much of the company's web -based programming. He developed the company's web site from conception to implementation. He also developed and wrote all the user's manuals for the company's products, including the Traffic Collision Database, the Crime Analysis Database, the Laptop Module for the Traffic Collision Database, and the 555 Report for the Palm Operating System. And he has designed and written guides for installing and upgrading Crossroads Software products as well as product brochures and marketing handouts. H e has extensive experience with web design software; existing and emerging web languages, web graphics and print publishing__In_addition,Dr._-Smith_has_experience with bibliographic information systems and___ holds a Ph.D. in history. Memduh Gorkem has more than twelve years of experience in software programming, developing systems in ASP, Visual Basic, Microsoft .Net and SQL Server applications, VBScript, and JavaScript. He has developed functional, reliable applications in a variety of industries and brings his extensive knowledge to Crossroads Software's traffic safety applications, helping the company develop web -based data management and analysis systems, and user-friendly software and syncing interfaces. In addition, Mr. Gorkem works with Crossroad's handheld, networking, and server -based applications. Additional Crossroads Software staff that will be involved in the project and their respective roles are identified in the "Project Team Organization" chart found on the next page. 3 a 10 Project Team Organization City of Southlake Citation Issuance System 11 Crossroads Software 210 W. Birch Street, Suite 207, Brea, CA 92821 (714) 990-6433 Crossroads Software citation systems are currently being used by agencies in California and Nevada. We encourage you to call these references for more information on their satisfaction and experience with our products. Contacts: Washoe County Sheriff's Department 911 E. Parr Blvd. Reno, CA 89502 Contact: Deputy Peggy Stahl 775)328-8739 Contacts: City of Elk Grove Police Department 9250 Bond Road Contact: Lt. Ed Kelly 916)875-0501 Contacts: City of Eureka Police Department 604 C Street Eureka, CA 95501 Contact: Lt. Ron Waters 707) 441-4390 City of Santa Ana Police Department 60 Civic Center Plaza Santa Ana, California 92702 Contact: Lt. Tony Levatino 714) 245-8213 City of Petaluma Police Department 969 Petaluma Road North Petaluma, CA 94952 Contact: Sgt. Ken Savano 707) 778-4455 12 City of Southlake Citation Issuance System PROJECT SCHEDULE Weeks from notice to proceed: Project Initiation............................................................................. 0 Weeks Citation System Installation............................................................... 16 Weeks Training Session............................................................................. 16 Weeks Final Software Refinements................................................................ 16 Weeks Total Project Duration: 16 Weeks 13 Cost Proposal 1. Hardware Compaq Ipaq Handheld PDA Model # 3950 Price $510 each Compaq Dual Expansion Pack W/ 2 PCMIA Slots for PDA Model # 3950 Price $200 each Seiko DPU -3445 Portable Printer Price $510 each Semtek Iswipe Magnetic Card Reader Model H3800 Price $250 each Sierra Wireless GPRS Wireless Air Card Model 750 GSM-GPRS Price $430 each 64 MB Secure Digital Memory Card Price $ 45 each Total Price Per Unit $1, 995 each 2. Software Electronic Citation Issuance Program for handheld PDA (Site License) Price $15,000 Court Transmission Software (Site License) Price $ 3,000 Sync and Export Software (Site License) Price $ 1,500 3. Other System Components and recurring costs Installation of system and application software Price (Included) Training Costs Price $ 2,000 One 8 Hour Training Class) 14 Upgrade, Maintenance & Tech Support (Annual) Price $ 2,000 Annually Upgrade, Maintenance & Support for first year is included in purchase price) Premium Thermal Printer Paper for Sieko DPU -3445 portable printer rolls. (Program prints approximately 100-120 citations per roll) Price $ 3 (ea roll) Program user manuals Price $ (Incl) Wireless Access to Federal/State/Local informational database systems where available. Price is monthly per device Price $ 50 Monthly Total Costs for software and 12 complete units (PDA + Printer) Hardware total (12 Units) $ 23,940 Software total $ 19,500 Wireless Query Access 12 mos —12 units) $ 7,200 12 Unit Total $ 50,640 Total Costs for additional 8 units in year two (PDA+Printer) Hardware total (8 Units) $ 15,960 Software total $ (Incl) Wireless Query Access 12 mos — 8 units) $ 4,800 8 Unit Total $ 20,760 Note: There are no additional costs associated with adding additional units to the program other than the cost of the hardware itself. The software program is priced for site licensing of a single department of small to medium size) 15 Total Costs for 20 complete units in year one (PDA+Printer) Hardware total (20 Units) $ 39,900 Software total $ 19,500 I Wireless Query Access 12 mos — 20 units) $12,000 20 Unit Total $ 71,400 Note: Totals DO NOT include user negotiated monthly price with the cellular provider of choice. Due to the wide variety of cellular service plans available, Crossroads is unable to accurately predict the monthly costs associated with cellular service of the user's choice. Crossroads IS NOT a reseller of cellular service.) 4. Payment Schedule Plan 1 - 12 Units 1St Year Upon award of bid and placement of order $ 24,000 30 Days after installation and training completion $ 19,440 Total $ 43,440 8 additional Units 2nd Year Upon placement of order 30 Days after delivery 7,980 8,480 16 Plan 2 - 20 Units 1St Year Upon award of bid and placement of order $ 30 days after installation and training completion $ Total $ 40,000 19,400 59,400 Note: Monthly wireless access service of $50 per device HAVE NOT been included in the above figures. User can choose to pre -pay the service for one year or be billed monthly, quarterly or bi-annually. Additionally, monthly cellular service fees payable to service provider of the user's choice HAVE NOT been included in these figures.) 17 Appendix A Sample Input Screens L Name F 14arrwe 14 Name Address-- - ------- - --- - - - ----- - ------------ - ------------ - --- City State zip Type of Address SS# DOB ...-ti---------, — ----- Defendant Type Other Explain Race Sex Ht ANt Hair Eyes OLN ST CD,BLD ILASS BLK BLN OILN_Exp, Date: Endorsements; BRO GRY RED WHT 111113 Drinking? Test?- Test Results Drugs -suspected In the Justice/Municipal Court of Direction of Travel Mile Polarker M_ Number Dir Street or Highway Cru -.s Street Violation Date &Time Issue Date & Time Vehicle (Part I of 1) Com. Vehicle?us Vehicle DOT W ypMake' Model LI Vehicle IAa.- Proof of Insurance? Ins.,Carcl EYP. Date: NIRS - 5x T Posted Actual Cited Speed MESpeed Speed 2 3 7ype Badge Accident -ft Event # W. E'Interpreter. Needed Court Mandatory Police Signature Bail CourtAdmin.- Stateassess ' 35D.00--- 10.00 145.00-- NRS r— — X 06.04.170 MM08.24.010 09.08. 010 09.08.020 A0.00 am Posted Actual Cited Speed Speed Speed 2 LIN: 3 HCO iNPS 505.00,--' court Sample Sync Screen Handheld SYNC j Deputy/Officer Information(Please Fill in 1 or 2 Deputies Information) Officer ID ;Officer ID officer Name officer Name i Smart Card Drive Check Smart Card M - 6A Appendix .B Resumes Crossroads ISoftware JEFF CULLEN Education 210 W. Birch St. #207 Brea, CA 92821 (714) 990-6433 California State University, Fullerton B.S. Computer Science January 1986 Employment History 1992 - Present Crossroads Software / Director of Software Development 1988-1992 Transtech Engineers, Inc. / Design Engineer Professional Experience With more than nine years of experience in the traffic/transportation field, and over eleven years in the area of computer applications and software development, Mr. Cullen brings to each project the unique capability of developing powerful but practical programming/hardware solutions for his clients. Some of his accomplishments in the area of computer applications for transportation engineering include: Designed, developed and implemented software packages for specialized traffic collision databases, traffic signal design, graphics and mapping, radar speed study analysis and summary, license plate matching, traffic signal timing and coordination and transportation planning. Customized CAD software to increase engineering productivity and to automate the time consuming and labor intensive aspects of traffic engineering design processes. Currently holds AutoCAD Third Party Developer status through AutoDesk. Using the Microsoft Windows based Crossroads Software Collision Database package, designed and implemented "special feature" database systems for more than 160 agencies, including the Cities of Concord, Oceanside, La Mesa, Palm Springs, Santa Ana, Monterey, Costa Mesa, Long Beach, and the County of Santa Clara. He is currently designing systems for the Cities of Whittier, West Covina, Redding, Millbrae, Montebello, Glendale, Hollister, and Burbank. Developed a full -featured Traffic Control Device Inventory System using Microsoft Access complete with GIS mapping and work order tracking capabilities. Utilized-his-extensive-hardware/software-know-ledge-and-baek-ground-to-asses$-the--needs -of-a- three-office Civil/Transportation engineering firm, and developed an action plan and detailed program to upgrade and expand the company's computer capabilities. As a follow on, Mr. Cullen supervised all hardware/software acquisitions, installation, testing of the software and integration of a multiple workstation network. Supplementing Mr. Cullen's experience in computer systems and software development is hands- on involvement analyzing and summarizing data (utilizing Crossroads Software systems) and preparing traffic signal, preliminary engineering and final design plans for numerous projects utilizing AutoCAD. Recent design projects that are representative of capabilities include: Supervised and prepared traffic signal installation and traffic signal modification plans at eight locations for the City of Pomona. Prepared traffic signal modification plans at fourteen locations for the City of Montebello. Developed final engineering plans for TSM improvements in the City of Glendale. The project included traffic signal modification plans and signing and striping plans to implement TSM improvement recommendations for twenty-five locations throughout downtown Glendale. Prepared traffic signal modification plans and system detail sheets for approximately 250 locations for the installation of a radio corrected time base coordination system along six major arterials for the County of Los Angeles. Developed optimized traffic signal timing plans for the Fuel Efficient Traffic Signal Management (FETSIM) projects at fifty-one signalized intersections for the Cities of Glendale and Montebello utilizing the TRANSYT, CHAOS, and PASSER computer programs. Prepared various elements of radar speed studies for the Cities of Alhambra, Long Beach and San Marino. Additional projects include traffic signal design plans for CALTRANS and the cities of Industry, Walnut, Fullerton, Irvine, Alhambra, Hanford, Newport Beach and Pismo Beach. Crossroads ISoftware TOM LEOGRANDE 210 W. Birch Street, #207 Brea, CA 92821 (714) 990-6433 Education Cal Lutheran University, Thousand Oaks, 1992 B.S. (Computer Science) Employment History 1999 — Present Crossroads Software, Lead Software Developer — Handheld Applications City of Fontana, Senior Information Services Specialist XXCAL, Inc., Project Leader Shared Medical Systems, Network Administrator Professional Football 1998-1999 1996-1998 1995-1996 1992-1995 Professional Experience Database and With experience in nearly every aspect of information technology, Tom Leogrande has been able to apply his related experience to develop productive easy to use software. Applying his testing experience to development aids in producing software that is both anomaly free and intuitive to use. The networking and leading edge technology experience assists in producing highly advanced features including software for Handheld PCs, advanced databases that link seamlessly to GIS and web -based analysis and query systems. Information Services — Designed, maintained and managed the City of Fontana's network operating systems, hardware, and software and network infrastructure. Provided support for Novell Netware 4.11 & 3.12, SCO UNIX, Windows NT Server 4.0 & 3.5 1, Windows 95/98 workstations, Windows NT 4.0 Workstations and Sun Solaris Workstations. Assisted in the designed the City's website, designed and implemented the city's infrastructure from 10 mega -bit Ethernet to Switched Ethernet utilizing VLAN's at 100 Mega -bit. Participated in the p re -planning, s election and f inal i mplementation o f the P olice D epartment's Records Management System. Project Management — As project leader for XXCAL, Inc. in West Los Angeles designed and implemented testing scenarios for many major IT companies, including Microsoft, Dell, Sony, Compaq, HP, 3COM, Intel, and AMD. Managed a testing lab with a staff of 10 engineers under extremely tough deadlines testing software, hardware and network technology. Generally, this technology was yet to be released on the market. Network Administrator — Designed and implemented client server networks for many hospitals throughout the Midwestern United States. Networks included LAN/WAN(s) utilizing -T-C—P-/IP—IPX/SP-X a-nd o-ther--p-r-otocols-o-nEthernet-and-Token-ming--T-opologies.---- Installed and configured both unmanaged and managed hubs, routers and switches. Professional Football — Played Professional Arena Football for the Cleveland Thunderbolts and the Connecticut Coyotes. Also worked various computer jobs during these years including building PCs from the component level, designing and installation of LAN/WAN(s) and writing custom programs for small to medium sized businesses. ICrossroads ISoftware MICHAEL S. SMITH Education University of California, Riverside, 1999 Ph.D., History University of California, Riverside, 1995 M.A., History 210 W. Birch Street, #207 Brea, CA 92821 (714) 990-6433 California State Polytechnic University, Pomona B.A., English, 1993 Employment History 2000 - Present Crossroads Software. Technical writer and web master. 1993-2000 Center for Bibliographical Studies and Research, UC Riverside. Bibliographic Database Assistant. Other employment: 1999 —2000 Lecturer in History, University of California, Riverside 2001 Lecturer in History, California State Polytechnic University, Pomona Professional Experience Technical Writer and Web Master — Crossroads Software Designed, developed, and implemented the company web site from the ground up. Special features include: product information pages; company information; online manuals and guides for viewing and downloading; and product support that enables clients to access and download software upgrades across the internet.. Lead web design for a web -based collision records and analysis system for Gainesville, Florida. Developed and wrote detailed user's manuals for the Traffic Collision Database, the Crime Amalysis Database, -the-5-55Report -for -thy PalmOperating-System,—the TrafficCollisionDatabase -- - - -- Laptop Module, and the Traffic Control Device Inventory System. Also developed and wrote user's guides covering installation of the Traffic Collision and Crime Analysis Databases, upgrading the Traffic Collision Database, and GIS mapping. , Additional duties include: working with the software developers to help produce complete and easily understandable software; software testing; researching web languages, internet technologies, and developments in standard and mobile computer platforms; working with the software developers and the marketing director in the design and publication of training materials, product brochures, and handouts; and assisting in proposal writing. Relevant knowledge and experience: technical understanding of Crossroads Software's database systems knowledge of and experience with HTML, JavaScript, Cascading Style Sheets, DHTML, Flash actionscripting, web graphics formats and issues; specific software proficiency includes Macromedia Dreamweaver, Macromedia Fireworks, Macromedia Flash, Microsoft FrontPage, and Allaire Homesite knowledge of cross -browser issues, cross -platform issues, emerging web languages, and changes and developments in HTML, CSS, and other languages knowledge of layout and publication software and printing techniques; experience with specific programs include Corel Draw and PhotoPaint, Adobe Pagemaker, Adobe Illustrator and Photoshop, and Adobe Acrobat understanding of Portable Document Format (PDF) proficiency in Microsoft Windows and Windows-based programs and office suites Bibliographic Database Assistant — Center for Bibliographical Studies and Research, U C Riverside Helped maintain and augment the largest bibliographic database of its kind in the world through data entry, correction and maintenance of records, and testing. Worked with the development and management team in improving the bibliographic database, not only from an in-house technical perspective but also from an external, public perspective (increasing exposure and the size of the user base). Additionally, collaborated with libraries and universities in the United States and the United Kingdom in providing records for the database; with such institutions as the Research Libraries Group, the National Endowment for the Humanities, the Research Libraries Information Network, the University of California, and the British Library to maintain the database; and with academic, private, and public agencies to support and finance the entire project. Lecturer in History — UC Riverside and Cal Poly Pomona Taught u pper-division a nd 1 ower -division c ourses i n h istory, w hich i ncluded d eveloping course, lecture, and exam material, running lectures and group discussions, working with students on quarter -long research projects. Appendix C List of Firms and Agencies Using Crossroads Software Firms and Agencies using the Crossroads Software Collision Database System PUBLIC WORKS/TRANSPORTATION City of Hemet 220 North Carmelita Hemet, California 92543 Software: Collision Database System Contact: Mr. Juan Perez 909) 765-2360 City of Gardena 1717 West 162nd Street Gardena, California 90247 Software: Collision Database System Contact: Mr. Sherwood Natsuhara, P.E. 310) 217-9529 City of Long Beach 333 West Ocean Boulevard Long Beach, California 90802 Software: Collision Database System Contact: Mr. Edward K. Shikada, P.E. 562) 570-6778 City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Software used: Traffic Design Package, Collision Database System Contact: Mr. Tom Brohard, P.E. 714) 536-5523 City of Pleasant Hill 100 Gregory Lane Pleasant Hill, California 94523-3323 Software: Collision Database System Contact: Todd Teachout 925)_67175261 City of Monterey City Hall Monterey, California 93940 Software: Collision Database System Contact: Mr. Richard Deal, P.E. 408) 646-3920 City of Rancho Cucamonga 10500 Civic Center Drive Rancho Cucamonga, CA 91729 Software: Collision Database System, Traffic Control Device Inventory Contact: Mr. Jon Gillespie, P.E. 909) 477-2740 ext. 4051 City of San Leandro 835 East 14th Street San Leandro, California 94577 Software: Collision Database System Contact: Mr. Ray Davis P.E. 510) 577-3438 City of Ontario 303 East `B" Street Ontario, CA. 91764 Software: Collision Database System Contact: Mr. Bruce Smith 909) 986-1151 City of Garden Grove 11222 Acacia Parkway Garden Grove, California 92642 Software: Collision Database System Mr. George Allen, P.E. 714) 741-5578 Firms and Agencies Using the Crossroads Software Collision Database System (cont.) County of Santa Clara 1505 Schallenberger Road San Jose, California 95131 Software: Collision Database System Contact: Mr. Ananth Prasad 408) 494-1342 Kimley-Horn and Associates 2100 West Orangewood Ave, Suite 140 Orange, California 92668 Software: Traffic Design Package, Collision Database System Contact: Mr. Jean Fares 714) 939-1030 City of Orange 300 E. Chapman Avenue Orange, California 92666 Software: Collision Database System Contact: Mr. Hamid Bahadouri, P.E. 714) 744-5536 Cities of Bellflower, Paramount and Bell Gardens (Joint Project) 16400 Colorado Avenue Paramount, California 90723 Software: Collision Database System Contact: Mr. Bill Pagett, P.E., Mr. Lew Gluesing - City of Paramount 562) 908-6200 City of Corona 815 West 6th Street Corona, California 91720 Software: Collision Database System Contact: Mr. Rusty Beardsley, P.E. 909) 736-2467 City of El Monte 11333 Valley Boulevard El Monte, California 91731 Software: Collision Database System Contact: Mr. Richard Garner 818) 580-2060 City of Vernon 4305 S. Santa Fe Avenue Vernon, California 90058 Software: Collision Database System Contact: Mr. Jim Persons, P.E. 213) 583-8811 City of Poway 13325 Civic Center Drive Poway, California 92074-0789 Software: Collision Database System Contact: Mr. Mike Robinson P.E. 619) 679-7438 City of Chino 13220 Central Avenue Chino, California 91710 Software: Traffic Design Package, Collision Database System Contact: Mr. Tom Dana, RE 909) 627-7577 Kern County 2700 "M" Street, Suite 400 Bakersfield, CA 93301 Software: Collision Database System Contact: Mr. Gus Pivetti, P.E. 805) 862-8875 OA Firms and Agencies Using the Crossroads Software Collision Database System (cont.) City of El Cajon 200 E. Main Street El Cajon, CA 92020 Software: Collision Database System, Traffic Control Device Inventory Contact: Mr. E. C. Krulikowski, P.E. 619) 441-1653 City of Santa Clarita 23920 Valencia Blvd. Santa Clarita, CA 91355-21996 Software: Traffic Design Package, Collision Database System Contact: Mr. Andrew Yi 805) 255-4326 City of Watsonville 250 Main Street Watsonville, CA 95077-5000 Software: Collision Database System Contact: Ms. Marcela Tavantzis 408) 728-6095 City of Palm Springs P.O. Box 2743 Palm Springs, CA 92263-2743 Software: Collision Database System Contact: Mr. Richard Jenkins 619) 322-8325 City of Fullerton 303 W. Commonwealth Ave. Fullerton, California 92632 Software: Collision Database System Contact: Mr. Dave Langsaff 714) 738-3115 City of Costa Mesa 77 Fair Drive Costa Mesa, California 92628-1200 Software: Traffic Design Package, Collision Database System Contact: Mr. Armando Rutledge 714) 754-5634 City of Moreno Valley 14114 Business Center Dr. Moreno Valley, CA 91355-21996 Software: Collision Database System Contact: Ms. Jane Williams 909) 413-3140 City of Seaside 440 Harcourt Avenue Seaside, CA 93955 Software: Collision Database System Contact: Ms. Diana Agar Ingersoll 408) 899-8230 City of Santa Ana 101 West Fourth Street Santa Ana, California 92702 Software: Traffic Control Device Inventory System, Collision Database Contact: Mr. Vinh Nguyen 714) 647-5606 City of Pasadena Mr. Steven Wright, P.E. 100 N. Garfield Pasadena, California 91109 Software: Collision Database System Contact: Mr. Steven Wright, P.E. 818) 405-4262 3 Firms and Agencies Using the Crossroads Software Collision Database System (cont.) LA W ENFORCEMENT AGENCIES City of Petaluma, Police Department 969 Petaluma Boulevard North Petaluma, California 94952 Software: Collision Database System Contact: Supervising Sgt. Ken Savano 707) 778-4455 City of Oceanside Police Department 3855 Mission Avenue Oceanside, California 92054 Software: Collision Database System Contact: Senior Traffic Officer Randy Judd, (760) 435-4900 City of Eureka, Police Department 604 C Street Eureka, CA 95501 Software: Collision Database System Contact: Sgt. Ron Waters 707) 441-4390 City of West Sacramento Police Department 550 Jefferson Boulevard West Sacramento, California 95605 Software: Collision Database System Contact: Sergeant Dan Ruden 916) 372-2461 City of Santa Maria, Police Department 222 E. Cook Street Santa Maria, CA 93955 Software: Collision Database System Contact: Sergeant Paul Bonaventure 805) 928-3781 City of Huntington Beach, Police Department 2000 Main Street Huntington Beach, CA 92648 Software: Collision Database System Contact: Lt. Bill Peterson 714) 536-5523 Los Angeles County Sheriffs Department 18300-F Gridley Road Artesia, CA 90701 Software: Collision Database System Contact: Sgt. Steven Gonzalez 562) 866-9061 City of Santa Ana, Police Department 60 Civic Center Plaza Santa Ana, California 92702 Software: Collision Database System Contact: Sgt. Bill Ehart 714)245-8040 City of Seaside, Police Department 440 Harcourt Avenue Seaside, CA 93955 Software: Collision Database System Contact: Ms. Diana Agar Ingersoll 408) 899-8230 Cities of Bellflower, Paramount and Bell (Joint Project) 5130 Clark Avenue Lakewood, CA 90712 Software: Collision Database System Contact: Mr. Mike Fields Lakewood Sheriffs (562) 908-6200 4 Firms and Agencies Using the Crossroads Software Collision Database System (cont.) City of Moreno Valley, City of Costa Mesa, Police Department Police Department 14114 Business Center Dr. 99 Fair Drive Moreno Valley, CA 92556 Software: Collision Database System Contact: Ms. Claudia Perez 909) 697-8230 City of Poway Police Department 13325 Civic Center Drive Poway, California 92074-0789 Software: Collision Database System Contact: Mr. Mike Petrofsky 619) 679-7438 Costa Mesa, CA 92628 Software: Collision Database System Contact: Stan Borek 714) 754-5348 City of Modesto, Police Department 601 11 th Street Modesto, CA 95353 Software: Collision Database System Contact: Sgt. Burl Condit 209) 572-9592 Crossroads Software has ongoing projects with, or has been selected to provide the Collision Database Systems to, the following agencies: City of Alameda City of Artesia City of Calabasas City of Cerritos City of Temecula City of Vancouver, WA City of Redmond, WA City of Everett, WA City of Issaquah, WA City of Fontana (Traffic Engineering and Police) City of National City City of Upland (Traffic Engineering and Police) City of Berkeley City of Stockton (Traffic Engineering and Police) City of Napa (Traffic Engineering and Police) City of Placentia (Traffic Engineering and Police) City of Redmond, WA City of Riverside (Traffic Engineering and Police) City of San Jose City of Gilroy City of Santa Cruz rit-y-o-f—W--alnut-Cr-eek----------------------- -- - - City of West Sacramento Woodbridge Township, NJ (Police Department) County of Orange County of Ventura County of Alameda County of Sacramento County of San Benito County of Stanislaus County of Sutter Contra Costa County Alameda County Tehama County Amador County Yuma Metropolitan Planning Organization City of Millbrae (Traffic Engineering and Police) City of Pacifica City of Westminster (Traffic Engineering and Police) City of Whittier (Traffic Engineering and Police) City of San Gabriel City of Montebello (Traffic Engineering and Police) City of Redding (Traffic Engineering and Police) City of Hollister (Traffic Engineering and Police) City of Santa Clarita City of Vista (Traffic and the Sheriffs Department) University of California Irvine - Safety Communities Coalition City of Fountain Valley (Traffic Engineering and Police) Appendix D Software License Agreement r a Crossroads 210 W. Birch Street, Suite 207, Brea, CA 92821 (714) 990-6433 Software Crossroads Collision Database Software License Agreement The software accompanying this License, whether on disk, in read only memory, or on any other media (the "Software") and related documentation are licensed by Crossroads Software. You own the disk on which the Software is recorded and Crossroads Software retains title to the software and related documentation. This License allows you to use the Software on multiple computers located in a single office or department within a contiguous site (or multiple offices, departments and sites) as further described in your purchase agreement, purchase order and/or contract. It also entitles the holder one copy of the Software in machine-readable form for backup purposes only. You must reproduce a copy the Crossroads Software copyright notice and any other proprietary legends that were on the original copies of the Software. You may also transfer all your license rights in the Software to another parry, provided the other parry reads and agrees to accept the terms and conditions of this license. The Software contains copyrighted material, trade secrets and other proprietary material and in order to protect them you may not decompile, reverse engineer, disassemble or otherwise reduce the Software to human -perceivable form. You may not modify, rent, lease, loan, distribute or create derivative works based upon the Software in whole or in part. This license is effective until terminated. You may terminate this license at any time by destroying the Software and related documentation and all copies thereof. This license will terminate immediately without notice from Crossroads Software if you fail to comply with any provisions of this license. Upon termination you must destroy the Software and related documentation and all copies thereof. This Software is protected by United States Copyright Law and international treaty provisions. This license agreement shall be construed, interpreted and governed by the laws of the State of California. Copyright 2001-2002) EXHIBIT "B" SPECIFICATIONS W:\Southlake\Agreements\Crossroads Software.102203.doc Page 8 City of Southlake Department of Public Safety Request for Proposal Automated Citation Issuance System Released December 15, 2002 Notice of Intent to Submit Proposal Due January 1, 2003 Pre -proposal Vendor Meeting January 15, 2003 Proposals Due March 1, 2003 REQUEST FOR SEALED PROPOSALS FOR HIGH TECHNOLOGY PROCUREMENT The City of Southlake is soliciting sealed proposals for the purchase and installation of a fully integrated Citation Issuance System as set forth in the attached specifications. Completed proposals will be received in the Office of the City Secretary, 1400 Main Street, Southlake, Texas 76092, until the closing time and date as stated below. Proposals received after the closing time and date will be returned to the sender unopened and will not be considered. Proposals and pricing will be evaluated for meeting the needs of the City of Southlake and contract negotiations will follow selection of a product and vendor. Designate on the front, lower left hand comer of the envelope the following: Subject: Purchase and installation of a fully integrated Citation Issuance System Proposal Closing Time and Date: March 1, 2003 at 5:00 p.m. If you do not wish to submit a proposal at this time, but wish to remain on the City's list of potential proposers, please advise the City, in writing, by the same time and date at the same location as stated for submitting proposals. If you wish to be removed from the list, or changed to the list for another commodity, please advise us in writing. INSTRUCTIONS TO PROPOSERS I . BID BONDS: No bid bonds are required for this Proposal. If the proposal becomes a contract, a performance bond may be required. 2. SIGNATURES: All proposals are required to be signed by an authorized representative of the entity submitting the proposal. Proposals received unsigned will not be considered. 3. TAXES: The City is exempt from Federal Excise and State Sales Tax; therefore, tax must not be included in the proposal price. 4. ALTERING PROPOSALS: Proposals cannot be altered or amended by the proposer after the opening deadline. Any interlineation, alteration, or erasure made before this deadline, must be initialed by the signer of the proposal, guaranteeing authenticity. 5. PROPOSAL WITHDRAWAL OR REJECTION: The City reserves the right to withdraw the request for proposal for any reason or to reject any or all proposals or parts of all or any specific proposal or proposals. The City further reserves the right to accept part or all of any specific proposals or proposal. The City reserves the right to select the best value for the City of Southlake based upon the evaluation factors set forth herein. 6. PUBLIC INSPECTION: Proposals are not available for public inspection until after the contract award. If the proposal contains trade secrets and confidential information, then the proposal is not open to public review even after the proposal award, provided that the proposer has notified the City, in writing, that the proposal contains trade secrets and confidential information. 7. PROPOSALS RECEIVED LATE: The City of Southlake is not responsible for lateness or non-delivery of mail, carrier, etc. to the City, and the time and date recorded in the City Secretary's Office shall be the official time of receipt. 8. PRICES HELD FIRM: All prices quoted by the proposer will remain firm for a minimum of 120 days from the date of the proposal unless otherwise specified by the City or proposer. 9. PACKING, CRATING AND CARTAGE: The cost of all special packing, boxing, crating, or cartage shall be included in _ the pricing specified on the response unless otherwise specifically stated in the City's request. 10. DESTINATION CHARGES: All products offered shall be proposed prepaid to the final destination as noted elsewhere in the request, with all delivery charges to be prepaid by the proposer. The City does not accept C.O.D. or collect shipments. 11. TITLEMSK OF LOSS: The title and risk of loss of the goods shall not pass to the City until the City actually receives, takes possession and accepts the goods at the point of delivery. 12. NEGOTIATIONS: The City reserves the right to negotiate all elements which comprise the proposal in accordance with the provisions of Chapter 252, Texas Local Government Code and to accept or reject part or all of any proposal. 13. DELIVERY OR CONTRACT COMPLETION DATE: A delivery or contract completion date will be negotiated should this proposal become a contract. This date may, where time is of the essence, determine the contract award. Liquidated damages may be assessed beginning on the first day following the maximum delivery or completion time as stated in the contract documents. 14. DEVIATION FROM SPECIFICATIONS: Any deviations from specifications and alternate proposals must be clearly shown with complete information provided by the proposer. They may or may not be considered by the City. I5. UNIT PRICES AND EXTENSIONS: If unit prices and their extensions do not coincide, the City may accept the lesser amount. 16. TERMINATION OF CONTRACT: The City reserves the right to terminate the contract upon ten (10) days written notice if the proposer fails to perform in a manner deemed acceptable to the City. If the City chooses to terminate the contract, another proposer may be given an opportunity to complete the contract. 17. PRICE DECLINE: Should there be a decline in the market price of the commodities provided during this contract, then the City shall have the benefit of such decline. 18. ASSIGNMENT: Should the proposal lead to a contract, the successful proposer's rights and duties awarded by the contract may not be assigned to another without written consent of the City signed by the City's authorized agent. Such consent shall not relieve the assigner of liability in the event of default by the assignee. 19. PROPOSAL AMBIGUITY: Any ambiguity in the proposal as a result of omission, error, lack of clarity or non- compliance by the proposer with specifications, instructions and all conditions shall be construed in the favor of the City. 20. CHANGE ORDERS: No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting contract. All change orders to the contract will be made in writing and shall not be effective unless signed by an authorized representative of the City. 21. MODIFICATIONS AND AMENDMENTS: The City shall have the right to modify this order subject to an adjustment in the price in accordance with the applicable provisions of the Purchase Order, if any, or pursuant to mutual agreements. No agreement or understanding to modify this order shall be binding on the City unless it is in writing and signed by an authorized representative of the City. 22. LIENS: The successful proposer agrees to and shall indemnify and save Harmless the City against any and all liens and encumbrances for all labor, goods and services which may be provided under the City's request, by seller or seller's vendor(s) and if the City requests, a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. 23. PATENT INDEMNITY: The successful proposer hereby warrants that the use or sale of the products and materials delivered hereunder will not infringe on the rights of any patent, copyright, orregistered trademark, covering such materials and the successful proposer agrees to indemnify and hold harmless the City for any and all costs, 'expenses, judgements and damages which the City may have to pay or incur. 24. GRATUITIES/BRIBES: The City may, by written notice to the successful proposer, cancel this contract without liability to the proposer if it is detemmined by the City that gratuities or bribes in the form of entertainment, gifts, or otherwise, were offered or given by the successful proposer, or its agent or representative to any City officer, employee or elected representative with respect to the performance of the contract. In addition, the successful proposer may be subject to penalties stated in Title 8 of the Texas Penal Code. 2) CITY OF SOUTHLAKE Citation Issuance System SPECIFICATIONS 1.0 Scope and Intent 1.1 The City of Southlake will receive sealed proposals from qualified firms to provide and install a fully integrated Citation Issuance System as set forth in the following specifications. 1.2 The City is seeking a qualified Contractor (Vendor) who will be responsible for the complete system proposed. The details herein are provided as minimum project requirements. The Contractor shall provide a "Turnkey" system. The omission of specific reference to any software, hardware, training, materials, or labor necessary for such a complete system shall not be interpreted as relieving the Contractor from furnishing such software, hardware, training materials or labor under the proposal quoted project price. 1.3 This request for proposal (RFP) is classified as high technology under Texas State Purchasing Law. As such, proposals are not available for public inspection until after the contract award. If the proposal contains trade secrets and confidential information, then the proposal is not open to public review even after the proposal award, provided that respondent has notified the City, in writing, that the proposal contains trade secrets and confidential information. 1.4 This system shall be utilized by the Public Safety Department and Municipal Court to manage and operate the electronic citation issuance program for the City of Southlake. 1.5 'The Southlake Municipal Court is a fully certified Court of Record and is located at 1400 Main Street, Southlake, Texas. Members of the Southlake Department of Public Safety, Police Services Division, issue approximately 1,000 to 1,500 traffic and non -traffic citations each month. (See Attachment A) These citations are submitted, reviewed by a supervisor, forwarded to the Court and entered manually into the Court's software program. The Municipal Court currently uses InCode InVision software for internal processing of citations. Attachment B'contains detailed information regarding this software.) The Department of Public Safety is seeking a system of handheld electronic citation issuance devices which have capabilities for (1) barcode and/or magnetic stripe reading and data insertion into preformatted forms designed by the proposer, (2) wireless checking of NCIC, TCIC, and Regional wanted person databases and Motor Vehicle Division files, (3) easy data entry for violation type and location such as pull down menus, (4) automated checking for required information (5) attached, wired, or 3) wireless connection to a portable printer capable of printing a citation in the field, and 6) seamless wired (end of shift) or wireless (immediate) integration and updating of Municipal Court database using the existing Municipal Court software program. Proposer will be responsible for development of data integration process, software, and hardware required. Proposal should provide two pricing models, one for the implementation with twelve 12) handheld devices and printers the first year and an additional eight (8) the second year; and a second pricing model for a turnkey system with all twenty (20) devices and printers. An annual maintenance cost should also be quoted to maintain the devices and printers after the system is accepted and after the warranty period has expired. Supply costs should also be quoted separately. 1.6 The City invites proposals from any qualified Contractors to insure the City the best available system. Upon receipt of a Notice of Intent, vendors who intend to submit a proposal shall be invited to a meeting in Southlake on January 15, 2002, to allow questions and responses from the city. Failure to submit a Notice of Intent by January 1, 2003, will render the Vendor ineligible to submit a proposal for this request. 1.7 The Calendar of Implementation for this project is as follows: December 15, 2002 .......... Request for Proposals Released January 1, 2003 .............. Notice of Intent deadline January 15, 2003 ........... Pre -Proposal Vendor Meeting March 1, 2003 ............... Request for Proposals Due April 1, 2003 ............. Evaluation Completed May 1, 2003 ............. Contract Negotiations/Award of Bid July -August, 2003 ............. Hardware and Software Installed August 30, 2003 ................ Staff Training Completed 2.0 Requirements 2.1 Each proposal must be accompanied by sufficient descriptive and/or graphic literature and instructions to properly evaluate the system proposed. 2.2 In the event that special tools are required to operate or maintain the equipment the successful respondent shall identify and include these tools in the proposal. 2.3 Proposer will be responsible for initial installation and training. 2.4 The successful respondent shall provide on-site (or classroom, if applicable) instruction to the designated City employee(s) as required to operate the equipment 4) purchased. (This will require training of approximately 8 Court Staff and approximately 40 Police Officers.) 3.0 Bonds 3.1 The successful respondent as part of the resulting contract, shall furnish performance and payment bonds with the appropriate powers of attorney in the amount of 100% of the contract price from any approved corporate surety company licensed in the State and acceptable to the City of Southlake. NOTE: No bonds are required for contracts $25,000 or less. 4.0 Insurance 4.1 Should the proposal lead to a contract, contractor shall be required to meet the minimum insurance requirements as defined by Attachment C. This information does not need to be submitted with the proposal but is provided for t)roposer's information. 5.0 Indemnity 5.1 Contractor agrees to defend, indemnify and hold City and all of its officers, agents, employees, and elected officials harmless against any and all claims for damages, costs and expenses for any personal injury or property damage that may arise out of, or be occasioned by, or from any negligent act, or omission of Contractor, or any agent, servant or employee of Contractor in the execution of performance of this contract, without regard to whether such persons are under the direction of City agents or employees. 6.0 INQUIRIES FROM RESPONDENTS 6.1 Questions related to this RFP must be directed to: Automations system requirements and operations) Marlin IL Price Chief of Police City of Southlake 667 N. Carroll Ave. Southlake, TX 76092 817) 481-2538 or Computer hardware/software questions) Gary Gregg Information Services 5) City of Southlake 1400 Main Street Southlake, Texas 76092 817) 481-2150 Pertinent questions and responses will be distributed to all respondents who have submitted a Notice of Intent. 7.0 NOTIFICATION OF INTENT 7.1 It is requested that the respondent return the enclosed "Notification of Intent" form Attachment E) to City Secretary's Office, C/O Marlin Price, Chief of Police, 667 N. Carroll Ave., Southlake, Texas 76092, prior to January 1, 2003. 8.0 ADDENDA 8.1 Any interpretations, corrections or changes to this RFP will be made by addenda. Sole issuing authority of this addenda shall be vested in the City's Department of Public Safety. Addenda will be mailed to all who are known to have received a copy of this Request For Proposal. Offerers shall acknowledge receipt of all addenda. 9.0 COSTS INCURRED IN RESPONDING 9.1 All costs directly or indirectly related to preparation of a response to this RFP, any oral presentations required to supplement and/or clarify a proposal, and/or reasonable system demonstrations which may be, at its discretion, required by the City shall be the sole responsibility of and shall be bome completely by the Respondent. 10.0 SALES TAX 10.1 The City is by Statute exempt from the State Sales Tax and Federal Excise Tax; therefore, the prices quoted shall not include taxes. 11.0 ASSIGNMENT 11.1 The Contractor shall not sell, assign, transfer or convey any contract resulting from this proposal, in whole or in part, without the prior written consent from the City. 12.0 INSTALLATION CHARGES 12.1 All delivery charges, freight, etc., and installation charges are to be included in the proposal price. The Vendor maintains ownership and liability for all equipment until it is installed and operating properly. No maintenance charges will accrue until after system is installed and operating. 13.0 DELIVERY/INSTALLATION 6) 13.1 Proposal must show estimated installation calendar of events from contract award to completion. 13.2 All deliveries are to be made to the following address: Southlake Municipal Court City of Southlake 1400 Main Street Southlake, Texas 76092 The Contractor shall notify the City at (817) 481-2538, 24 hours prior to delivery of equipment or commencing of work. 14.0 PURCHASE ORDER 14.1 A purchase order will be generated by the City to the Contractor for the equipment ordered. The purchase order number must appear on all delivery and/or billing documents. 15.0 PROPRIETARY INFORMATION 15.1 If the Contractor does not desire proprietary information in the proposal to be disclosed, the Contractor is to advise, in writing, and clearly mark those pages considered proprietary. The Contractor, in submitting this proposal, agrees that any parts of the proposal not so designated will be deemed public information. 16.0 RESPONSE INSTRUCTIONS 16.1 Three (3) copies of your proposal shall be returned in a sealed envelope bearing the name and address of the respondent, Subject, and Proposal Closing Time and Date as shown on the first page of this proposal. Your proposal may be mailed or hand delivered to the City. Facsimile transmissions are not acceptable. 17.0 PROPOSAL ACCEPTANCE PERIOD 17.1 All proposals must include a statement that they are valid for a minimum period of one hundred twenty (120) days subsequent to the RFP closing date. 18.0 COMPETITIVE SELECTION/EVALUATION FACTORS 16.1 This procurement will comply with applicable -City of -South-lake --Porky. '1 tie successful Contractor will be selected on a rational basis. Evaluation factors outlined below shall be applied to all eligible, responsive Contractors in comparing proposals and selecting the successful contrator. Award of a contract may be made without discussion with Contractors after proposals are received. Proposals should, therefore, 7) be submitted on the most favorable terms. The City reserves the right to contract with the next best respondent in the event a contract has not been signed between the city and the best respondent within forty-five (45) days of Council authorization to enter into a contract. 18.2 Proposal evaluation factors include: A. 20 % Responsiveness of the proposed system and solution to City requirements. (Grasp of problem and its solution(s), responsiveness to terms and conditions, completeness and thoroughness of the technical data and documentation). B. 10% Demonstrated applicable experience in similar systems installed and operating elsewhere. C. 10% Quality of the proposed hardware and equipment. D. 10% Evidence of good organization and management practices and personnel qualifications. E. 30% Total evaluated cost. F. 10% Demonstration at a user site. Respondent must demonstrate the ability to run actual or similar systems in the configuration proposed. G. 10% Extent to which goods and services meet City's needs. 19.0 RENEW COMMITTEE 19.1 A response to this RFP will be reviewed and evaluated by City staff from the following departments: Department of Public Safety Municipal Court City Manager's Office 20.0 ADDITIONAL INFORMATION 20.1 The City reserves the right to require additional technical and pricing information during the evaluation/demonstration period. 20.2 Each proposal must designate individual(s) who will be responsible for answering technical and contractual questions. 21.0 NEGOTIATIONS 21.1 The City reserves the right to negotiate all elements which comprise the Contractor's 8) proposal to ensure that the best possible consideration be afforded to all concerned. 21.2 ' The City reserves the right to reject any or all proposals and to re -solicit for proposals in such an event. 21.3 The City reserves the right to accept all or part of any proposal. 22.0 RELEASE OF INFORMATION 22.1 Information submitted by the Contractor shall not be released by the City during the proposal evaluation process or prior to contract award. 23.0 CONTRACT INCORPORATION 23.1 Contractor should be aware that the contents of the successful proposal will become a part of any subsequent contractual document which may arise from this RFP. Failure of Contractor to accept this obligation may result in the cancellation of any award. 24.0 RIGHTS AND REMEDIES 24.1 The rights and remedies of the City provided herein shall not be exclusive and are in addition to any other rights and remedies provided by law or under any subsequent contract. 25.0 CONTRACT PAYMENT 25.1 The contract shall be prepared under the direction of the City and shall incorporate all applicable provisions. A firm fixed-price o ' r not -to -exceed contract is desired, with progress payments as mutually determined to be appropriate. These payments shall be based upon project milestones and deliverables as proposed in the contract. 26.0 PROGRESS REPORTS 26.1 The Contractor shall submit monthly and quarterly, or as otherwise agreed upon by the City and Contractor, progress reports to the Contract Administrator appointed by the City. The reports shall describe significant achievements and problems which have potential effect on the City. They should be sufficiently detailed to assure that directions being pursued are in compliance with established and/or projected systems. FIKIIMK1: i7 111 27-1—nypulalicity, riew releases—an or advertising ng—ffi--this F, -h? and/6—rthe---------- awarding of any contract relating to the RFP may not be made without prior written approval of the City. 9) 28.0 PROPOSAL FORMAT 28.1 REQUIRED SECTIONS A. Proposals must be submitted containing the following sections: Cover letter Executive Summary Table of Contents Firm Background, Principal Officers', and Prior Experience System Function Description System Technical Description Training Cost Proposal and Cost Schedule Proposed Schedule Operational Site Reference Other References Concluding Remarks 28.2 COVER LETTER A. This section must contain the name of the proposing f=, the address of the proposing office, and contact individuals authorized to answer technical, price, and/or contract questions together with their telephone number, email address and mailing address. The cover letter must also be signed by an officer authorized to bind the company. 28.3 -EXECUTIVE SUMMARY A. Prefacing the proposal, an executive summary of two (2) pages or less should be provided which gives in brief, concise terms, a summation of the proposal including price information. 28.4 TABLE OF CONTENTS A. The Table of Contents shall include an index of the proposal contents and attachments. 28.5 FIRM BACKGROUND, PRINCIPAL OFFICERS, AND PRIOR EXPERIENCE A. This section should state the full name and address of the respondents organization and identify the parent company if the respondent is a subsidiary. Specify the branch office or other subordinate element which will perform, or assist in performing this work. Indicate whether the respondent 10) operates as a corporation, partnership, or individual. Include the State in which the respondent is incorporated and/or licensed to operate, the date of incorporation or licensing. B. Provide a listing of the principal officers of the company and those members of the company who will lead the project team, to include name, title, and length of experience with the respondent organization. C. This section should also describe the proposed project organization and the position that the project personnel will occupy within the organization. It should identify project personnel by name and provide a detailed resume outlining his/her appropriate experience on other similar projects. 28.6. SYSTEM FUNCTIONAL DESCRIPTION A. This section shall be used by the respondent to describe the functionality of the proposed system outlining in detail the system features, options, and/or alternatives. The proposal shall briefly address in a point -by -point manner how the proposed system will accomplish the requirements within Section 29.0 or how it is intended to modify the system to meet the requirements. B. This section should describe how the system will allow for changes in the Court Software such as the addition of new violations. 28.7 SYSTEM TECHNICAL DESCRIPTION A. This section shall be used by the respondent to describe the technical aspects and operation of the proposed system. At a minimum this section must contain a discussion of the hardware requirements of the proposed operating system and any required software and interface software. B. Respondents should utilize this section to describe the technical aspects and capabilities of the hardware proposed. This section will describe the training to be presented to both Court and Police Personnel in both content and number of hours. 28.9 COST PROPOSAL A. The cost proposal must be laid out in distinct and separate sections: 1. HARDWARE Description, Model Number, Unit Bid Price and Total Bid Price for each component of the product system. C 2. SOFTWARE Software development fees for receiving data from the handheld units and integrating the data into the current Municipal Court database. Software license fees for Operating and Utility Software proposed if required. Respondent must indicate whether the license fees are annual or one time fees. Fees for software for handheld units if any. 3. C.ost-for-s-ystem-componentsrequired-to-compnse-a-complete-system. Detail costs for all other equipment proposed. Respondent must indicate whether equipment is required or I 2) optional. 4. Cost for Installation of system equipment, system software and application software modules. 5. Cost for Project Management of the Project. 6. Cost for On -Site Training of Southlake personnel. Respondent shall coordinate the training schedule with DPS and Court administrative staff.' Respondent must indicate days and charges for application software training. Indicate class limit if applicable. Respondent must indicate days and charges for system administrator training. 7. Cost for Maintenance and Updates with projections for increases for five (5) years. Indicate maintenance cost for each component of the system proposed. Indicate maintenance cost for each software module proposed. Indicate all costs associated with receiving new releases and software enhancements. Indicate which components may be maintained by a third party. B. Cost options should be presented for the system development and purchase of 12 handheld units and printers the first year and eight additional units the second year as well as the total cost for the entire system (20) in the first year. C. All operating system software, utility software, interface software, installation services, training, manuals, publications, supplies, and maintenance items shall be priced individually and as a total for the entire group and system. D. Estimated costs for travel expenses for site preparation, installation and raining- should -be -included E. houldbe- includedE. The respondent shall also outline in this section a schedule of required progress payments together with specific system deliverables against which these payments are to be made. 13) 28.10 PROPOSED SCHEDULE A. This section shall include preliminary schedules and milestones and shall be presented in the form of a chart or equivalent display. Tasks shall be clearly identified as to whether they are the responsibility of the respondent or the City. B. Site preparation requirements must be provided with vendor and customer responsibilities described. 28.11 OPERATIONAL SITE REFERENCES A. This section shall be used by the respondent to list reference sites. At least one of the reference sites should be comparable systems where the system is operational. The respondent should include the following minimum information for each system referenced: Using Agency Contact Individual System Description Major differences between operational system and proposed system System Hardware and Software configuration List functional modules installed Date of system installation 28.12 OTHER REFERENCES A. This section shall be used by the respondent to list other appropriate references which can be utilized by the City to evaluate the respondent's capabilities. B. A complete client list is preferred. 28.13 CONCLUDING REMARKS A. This section shall contain any respondent elaboration regarding software philosophy, hardware architecture, or other items of information which the respondent feels important to a clear understanding of the proposed system and/or the respondent's capabilities. 29- 0 S -Y -S -T -EM SP-ECMCA-T-IONS--.-- The requirements contained herein are minimum project requirements. Variations and exceptions should be and will be considered, if respondent will provide sufficient information and documentation of more efficient and optimal design specifications. 14) All hardware requirements, system software, and application software requirements must be documented in full. This includes, but is not limited to, disk storage required for system software, accompanying utility software, memory requirements per user, etc. A. System Administrator Responsibilities Describe fully the procedures required for Municipal Court staff for the following daily functions: 1. Startup/shutdown procedures 2. Backup procedures 3. File Maintenance requirements 4. Security and password issues 5. Transaction assurance processing 6. Recovery procedures 7. Tracking of Voided Citations and errors made in the field 8. Vendor's procedures for handling emergencies and problems B. City Responsibilities During Installation i . Indicate the responsibilities and expectations of City staff required by vendor for both installation and on-going operation. 29.1 ENVIRONMENTlPLATFORM A. The City of Southlake operates in a networked Windows NT 4.0 SP6 networked environment. Approximately 90 of the city's 150 personal computers utilize the Windows 2000 operating system. The City will upgrade the remaining personal computer to Windows 2000 in approximately one year. The networked server platforms will migrate to Windows 2000 server in approximately 18 months. B. The system proposed must be fully described as to operating systems, language, databases, client server environment, and capabilities of application software in this environment. C. The system proposed must provide services for a minimum of five years without need for additional hardware and software. The proposal should address how the system would handle progression to another Windows Dlatform_such- s)T._See-Section-.29-.-3far -projected -five -year -growth: ---- --- 29.2 HARDWARE SPECIFICATIONS In addition to cost, respondent must provide brands, models, specification documents 15) and warranties on all hardware listed below. Provide information on all options available. A. File Server if needed Provide minimum recommended configuration plus available upgrades B. ConnectionsfUser License Allow for 20 simultaneous user license for application software and operating software if necessary. C. Handheld PDA or similar devices Must have barcode, and/or magnetic stripe reader capability D. Uninterruptible Power Supply if required for rile server Individual PC and server UPS' required to be true online with audible alarm and 20 minutes operation time on battery. Include automatic shutdown software. E. Portable printer devices If not attached to the PDAs.) F. Wireless receiver equipment if necessary or Wired connections for handheld downloads. G. Cabling H. Any other hardware devices needed for proper operation of system. 29.3 STATISTICAL SPECIFICATIONS Current Proiected 5 vear zrowth A. Number of Users N/A 30 B. Annual Number of Citations 15,000 18,000 29.4 CONVERSION SPECIFICATIONS A. IMPLEMENTATION PLAN. The respondent must indicate number of days projected for installation and fall implementation. 29.5 SOFTWARE SPECIFICATIONS 16) r A. GENERAL REQUIREMENTS Describe security features within the software specific to user passwords and terminal security. Describe menu control options, indicate if user definable. Document the online capabilities and the batch processes that are a part of the application software. B. CITATION REQUIREMENTS 1. The system shall allow officers to complete a citation containing the following information on the handheld device using the barcode reader, magnetic stripe reader, pull down menus, and minimal hand data entry. Appendix A contains a list of data elements currently captured on the citation form. In addition to the items currently listed, the following items will also need to be captured. Searched (Y or N) Consent Requested (Y or N) 2. The system shall allow the officer to swipe the person's Texas driver's license (or read the license barcode) and conduct a wireless submission of the individuals name, race, sex, and date of birth in the format necessary for checking the NCIC, TCIC, and Regional wanted person databases and reporting the results back to the handheld unit. 3. The system shall then allow the officer to transfer all the information from the driver's license to a preformatted citation form. 4. The system must allow for some form of sequential numbering of citations whether by wireless submission and assignment of a number or prior assignment of a number by the handheld unit. 5. Utilizing pull down menus or other means, the device will allow the completion of the citation with a minimum of external data entry. 6. The -system -will -then -allow -for -the -printing -of a - citation -in -t -he -fieldb"sing either an attached printer or wireless transfer printer. 7. Capture of the violator's signature on the handheld device where it would print on the paper copy would be a benefit but not required. 17) 8. The system should allow officers to sign on the system with a secure pin number when picking it up and have it automatically insert the officer's name and identification number when printing the citation. Date and time should also be inserted automatically. 9. The system should then allow the integration of the citation data into the Court database via download at the end of shift or via wireless inunediate integration. 10. Handheld units should have sufficient battery life to allow issuance of 30 citations over a twelve hour period with quick recharge capability. Ruggedized units are a plus but not required. boo 11. Handheld units should hold up to—z(*Uour digit violation codes and titles in the "offense" pull down menu. 12. The system must allow for up to three violations to be listed on each citation form and up to three separate and complete entries made into the Court software program when integrated. 13. System must be easily modified to add fields and data elements when required by changes in State Law. (Please indicate whether modifications can be made by the city or vendor.) 29.6 SUPPLIES 1. Proposal should also characterize the quality, limitations, and cost of paper and any other supplies needed for operation of the system. 18) 30.0 Authority 30.1 I agree to meet the stated minimum requirements as set forth in these specifications and any documents attached for the total price of: In compliance with Texas House Bill 1H.B. 11, the charges are to be separated in the following manner: Materials: $ Labor: $ TOTAL PRICE: $ Equipment Brands: Model Numbers (if applicable): Bidder/Company: Authorized Representative: Signed: Title: Address: City, State & Zip: Telephone #: Date: 19) ATTACHMENT A Copy of Current Citation: office use City of Southlake CITATION # M Only Municipal Court Q1400MainSt., Suite 210 3205 J 6Soudtlalm, Texas 76092 si7-as>t-IJ353 ON wase ( Uay I rear ( AT i sme Tars. L fNAM FARM initial Sr. ADDRESS CITY STATE ZIP TE .# TEL.# " BUSINESS NAMEADDPFM ID Month Day Year Race Sex Ate ! Juvenile B Height - (wei& lHair ( ry- DIState 1# 1 1 1 i 1 E comm. D.1 D Vehicle: Color: Year: Make: Model: 6 State Year 1-icensc# 1TravaNd N E S w Tented N E S W 1. Vio. Code 0 Specify a Accrdeat Ofittue 2. Vio. Code # Specify y 3. Vio. Code # Specify Violation Location Intersecting Surd , Tarrant, Denton Radar [_J Laser MPH i + Zone H Posted H School Zone Construction zone: Workers were present when the oftw a was eamrNtted. f 3001 Speeding 3108 Violate D.L. Code Restriction (Specify) n 3005 Faded to Yield R.O.W. (Specify) 3205 Motor Vehicle inspection Moiation 3006 Ran Stop Sign (specify wgilred, fictitious, etc.) 3007 Ran Red Light 3259 Expired Driver's License 3009 Changed lane When unsafe 3263 Failed to Display DL 3019 Disregard No Passing Zone 3264 Failed to Report Change of Address 3020 Illegal Pass an Right 3311 Excessive Acceleration 3021 Failed to Slop for School Bus 3553 Parked In a Prohibited Area 3028 Crossing Physical Barrier 3656 Display Expired Registration 3032 No Seat Bel - Driver 3800 Minor in Possession of Alcohol 3033 No Seat Bop - Passenger 3803 Minor in Consumption of Alcohol 3034 Child (4-14) Not Secured by Safety Bell 5026 Possession of Drug Paraphernalia 3049 No Motor Vehicle Liability Insurance 5027 Public Intoxication 3059 Disregard official Tnsffc Control Device 5095 Possession. Purchase, Consumption, of 3081 Cut Across Driveway to Male Tum Cigarettes or Tobacco Products by a Minor n 3089 Drove Center Lane trot turning left) 6004 Soliciting Without a Permit 3096 Failed to Signal Tum 6015 Trude Routs Ordinance Violation 3103 No Driver's License imary oftictr sad LDJ Poliee Vehick # AMovine Parked THIS IS NUTAPLEA OF GUILT I agree to appey at The Municipal Court, Southlake, Texas within 11 business daysfromtodaysdate, to enter a pica to the above charge. If you fail to appear in court as provided by law or fail to pay a fee imposed for the violation, a wan -ant may be issued and you may not be permitted to register your vehicle in this state. READ INSTRUCTIONS ON BACK OF CITATION AND ON INSTRUCTION SHEETS CAREFULLY: ATTACHMENT B Detailed description of Current Court Software. Company: INCODE, Inc. Software: Invision Release #: 1.05.00 Data Release #: 1.02.00 AcuCOBOL Version: 4.03.01 21) ATTACHMENT C INSURANCE SECTION A. Prior to the approval of this contract by CITY, CONTRACTOR shall furnish a completed Insurance Certificate to CITY, which shall be completed by an agent authorized to bind the named underwriter(s) to the coverages, limits, and termination provisions shown thereon, and which shall flu-nish and contain all required information referenced or indicated thereon. CITY SHALL HAVE NO DUTY TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL SUCH CERTIFICATE SHALL HAVE BEEN DELIVERED TO THE CITY, and no officer or employee of the City shall have authority to waive this requirement. INSURANCE COVERAGE REQUIRED The Contractor will carry Workmen's Compensation Insurance, Public Liability and Property Damage Insurance, and Automobile Insurance sufficient to provide adequate protection against damage claims which may arise from ' operations under this Contract in compliance with the following: Contractors Insurance: Without limiting any of the other obligations or liabilities of the Contractor, during the term of the contract, the Contractor and each subcontractor, at their own expense, shall purchase and maintain the herein stipulated minimum insurance with companies duly approved to do business in the State of Texas and satisfactory to the Owner. Certificates of each policy shall be delivered to the Owner before any work is started, along with a written statement from the issuing company stating that said policy shall not be canceled, non -renewed or materially changed without 30 days advance written notice being given to the Owner. Prior to the effective date of cancellation, Contractor must deliver to the Owner a replacement certificate of insurance or proof of reinstatement. A model Certificate of Insurance is illustrated herein. Coverage shall be of the following types and not less than the specified amounts: a) workers' compensation as required by Texas law, with the policy endorsed to provide a waiver of subrogation as to the Owner; employer's liability insurance of not less than $ 100,000 for each accident, $ 100,000 disease—each employee, $500,000 disease -policy limit. b) commercial general liability insurance, including independent contractor's liability, completed operations and contractual liability covering, but not limited to, the liability assumed under the indemnification provisions of this contract, fully insuring Contractor's (or subcontractor's) liability for injury to or death of Owner's employees and third parties, extended to include personal injury liability coverage with damage to property of third parties, with minimum limits as set forth below: General Aggregate $1,000,000 Products—Components/ Operations Aggregate - $1,000,000 Personal and Advertising Injury $600,000 Each Occurrence $600,000 Fire Damage (any one fire) $50,000 Medical Expense (any one person) $5,000 22) c) comprehensive automobile and truck liability insurance, covering owned, hired and non -owned vehicles, with a combined bodily injury and property damage minimum limit of $600,000 per occurrence; or separate limits of 250,000 for bodily injury (per person), $500,000 bodily injury (per accident) and $100,000 for property damage. Such insurance shall include coverage for loading and unloading hazards. Owner's Protective Liability Insurance: Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's protective liability insurance policy naming the Owner as insured for property damage and bodily injury, which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance with a combined bodily injury and property damage minimum limit of $600,000 per occurrence and $1,000,000 aggregate. Umbrella" Liability Insurance: The Contractor shall obtain, pay for and maintain umbrella liability insurance during the contract term, insuring Contractor for an amount of not less than $1,000,000 per occurrence combined limit for bodily injury and property damage that follows form and applies in excess of the primary liability coverages required herein above. The policy shall provide "drop down" coverage where underlying primary insurance coverage limits are insufficient or exhausted. Owner shall be named as additional insured. Policy Endorsements and Special Conditions: a) Each insurance policy to be fiirnished by Contractor shall include the following conditions by endorsement to the policy: 1) name the Owner as an additional insured as to all applicable coverage; 2) each policy shall require that 30 days prior to the cancellation, non -renewal or any material change in coverage, a notice thereof shall be given to Owner by certified mail; 3) the term Owner" shall include all authorities, boards, bureaus, commissions, divisions, departments and offices of the Owner and individual members, employees and agents thereof in their official capacities, and/or while acting on behalf of the Owner; 4) the policy phrase "other insurance" shall not apply to the Owner where the Owner is an additional insured on the policy; and 5) all provisions of the contract concerning liability, duty and standard of care together with the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. b) Insurance furnished by the Contractor shall be in accordance with the 23) following requirements: 1) any policy submitted shall not be subject to limitations, conditions or restrictions deemed inconsistent with the intent of the insurance requirements to be fulfilled by Contractor. The Owner's decision thereon shall be final; 2) all policies are to be Written through companies duly licensed to transact that class of insurance in the State of Texas; and 3) all liability policies required herein shall be written with an occurrence" basis coverage trigger. c) Contractor agrees to the following: 1) Contractor hereby waives subrogation rights for loss or damage to the extent same are covered by insurance. Insurers shall have no right of recovery or subrogation against the Owner, it being the intention that the insurance policies shall protect all parties to the contract and be primary coverage for all losses covered by the policies; 2) companies issuing the insurance policies and Contractor shall have no recourse against the Owner for payment of any premiums or assessments for any deductibles, as all such premiums and deductibles are the sole responsibility and risk of the Contractor; 3) approval, disapproval or failure to act by the Owner regarding any insurance supplied by the Contractor (or any subcontractors) shall not relieve the Contractor of fall responsibility or liability for damages and accidents as set forth in the contract documents. Neither shall the bankruptcy, insolvency or denial of liability by the insurance company exonerate the Contractor from liability; and 4) no special payments shall be made for any insurance that the Contractor and subcontractors are required to carry; all are included in the contract price and the contract unit prices. Any of such insurance policies required under this section may be written in combination with any of the others, where legally permitted, but none of the specified limits may be lowered thereby. The Contractor shall fim-Lish the Owner with satisfactory proofthat he has provided adequate insurance coverage in amounts and by approved carriers as required by these contract documents. NOT-IC-E S CONTRACTOR shall notify CITY in the event of any change in coverage and shall give such notices not less than 30 days prior to the change, which notice must be accompanied by a replacement CERTIFICATE OF INSURANCE. 24) All notices shall be given to CITY at the following two addresses: Department of Public Safety Attn. Marlin Price, chief of Police 667 North Carroll Ave. Southlake, TX 76092 Southlake City Secretary Attn. Kim Bush 1400 Main Street Southlake, TX 76092 SECTION D. Approval, disapproval, or failure to act by CITY regarding any insurance supplied by CONTRACTOR shall not relieve CONTRACTOR of full responsibility or liability for damages and accidents as set forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by the insurance company exonerate CONTRACTOR from liability. 25) 10 Owner ATTACHMENT D CERTIFICATE OF INSURANCE Addrms THIS IS TO CERTIFY THAT Date Project.Automated Citation Issuance Type of Project Name and address of insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the types of Insurance and in accordance with the provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability t=n Soon I Person S Public Liability I Accident S E3ip1pi1agnt I Person S I Accident S Proverty Damage Ruildees Risk Automobile Other I The foregoing Policies (do) (do not) cover all sub -contractors. Locations Covered: Descriptions of Operations Covered: The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than thirty days after the insured has received written notice of such change or cancellation. Where applicable local laws or regulations require more than five days actual notice of change or cancellation to the assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. Name of Insurer) By: Title 26) ATTACHMENT E NOTIFICATION OF INTENT The City of Southlake is soliciting proposals from qualified and experienced firms for the purchase, installation, and training, for an automated citation issuance system software and hardware as set forth in the attached specifications. Completed proposals will be received in the office of the City Secretary, 1400 Main Street., Southlake, Texas 76092, until the closing time and date stated. Please indicate whether or not your firm intends to submit a response to this Request for Proposal. Please return this NOTIFICATION OF INTENT form no later than January 1, 2003 to: I City of Southlake City Secretary's Office C/O Marlin Price 667 N. Carroll Ave. Southlake, Texas 76092 Subject: Purchase and installation of Automated Citation Issuance System Proposal Closing Time and Date: 5:00 p.m., March 1, 2003. Yes, We will submit a proposal. No, We will not submit a proposal Respondent/Company: Authorized Representative: Signed: Title: Address: City, State & Zip: Phone Number: Date: Name of Contact Person and e-mail address: Fax Number: ( ) 27) EXHIBIT "C" INSURANCE REQUIREMENTS W:\Soudilake\Agreements\Crossroads Software, 102203.doc Page 9