HomeMy WebLinkAbout93-145 Resolution No. 93-145
RESOLUTION
AUTHORIZING EXECUTION OF A CONSULTING AGREEMENT WITH
RONALD VEGEMAST ENGINEERING, INC.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS, that Larry L. Rice, City Manager, be and is hereby
authorized and directed to execute a Consulting Agreement on
behalf of the City of Elgin with Ronald Vegemast Engineering,
Inc . for engineering consulting services for the new police
department facility and a city-wide radio communications
direction study, a copy of which is attached hereto and made a
part hereof by reference.
s/ George VanDeVoorde
George VanDeVoorde, Mayor
Presented: May 26, 1993
Adopted: May 26 , 1993
Vote: Yeas 6 Nays 1
Recorded:
Attest:
s/ Dolonna Mecum
Dolonna Mecum, City Clerk
•
111
F Agenda Item No .
April 22, 1993
TO: Mayor and City Council
FROM: Mr. Larry Rice, City M. 17_
SUBJECT: Recommendation .For Aw. 0 Contract For Radio
Communications Engineering Consultant
PURPOSE
This is a recommendation for award of the contract for a radio
communications engineering consultant for the new Police Department
facility and a City-wide radio communications 'direction study'.
BACKGROUND
A Police and Fire Department public safety emergency communications center
will be constructed in the new Police Department facility. The professional
services of a radio communications engineering consultant are necessary to
plan and write specifications for the radio communications system and
equipment, emergency communications center, control consoles, records
management system, and enhancements for the integration of the 911
telephone system, computer-aided dispatch system, multi-channel voice
recording system, and ancillary equipment.
Prior to planning and writing specifications for the radio system equipment
and emergency communications center, an evaluation of all City-wide radio
systems and equipment must be conducted by an engineering consultant. This
must be done so the future radio communications needs of all City
departments can be identified and taken into consideration when planning
and writing specifications for radio system equipment for the new Police
Department facility. Specifications written for radio system equipment for
the new Police Department facility will, where appropriate, be written to
facilitate future plans of all City departments.
After thorough evaluation of all City-wide radio systems and equipment, the
engineering consultant will provide the City with a 'direction study'
report. The 'direction study' report will discuss the projected radio
communications needs of all City departments for approximately the next 20
years. Various radio communications systems, technologies, and
alternatives will be explored and discussed. The 'direction study' report
will make recommendations for enhancements to the existing City-wide
departmental radio systems to meet their projected future needs. The
engineering consultant will also provide the City with a logical migration
plan for the recommended enhancements to the existing departmental radio
systems.
Agenda Item
Radio Communications Engineer
Page 2
The City will review the recommendations made by the engineering consultant
in the 'direction study' report. After review, each City department will
inform the engineering consultant of their anticipated plans for future
enhancements to their radio communications system. The anticipated future
plans of all City departments will be taken into consideration when
specifications are written for the radio communications system and related
equipment for the new Police Department facility.
FINANCIAL IMPACT
contract forprofessional engineering
The financial impact of this 9 9
services is $79,450. Sufficient funds exist in the 1991 GO Bond Project
Fund (Project #039503) .
RECOMMENDATION
A committee was formed to review the proposals received by the City for the
radio communications engineering consultant contract for the new Police
Department facility and City-wide radio communications 'direction study'.
The committee consisted of representatives who are familiar with radio
communications systems from each of the following City departments: Police
Department, Fire Department, Public Works Department, and Management
Information Services. Additionally, City Administration was represented by
Mr. Clay Pearson, Assistant To The City Manager.
A total of five (5) proposals were submitted to the City in response to our
Request For Proposal #93-002 for a radio communications engineering
consultant. Attached is a summary evaluation of the five (5) proposals
which were submitted and a copy of our Request For Proposal #93-002.
The Committee conducted a thorough review and evaluation of all of the
proposals submitted. The committee recommends award of the contract to
Ronald Vegemast Engineering, Inc. , of Minneapolis, Minnesota. I concur
with this recommendation. Copies of this proposal and contract are also
attached for your review.
The committee recommends Vegemast Engineering for the project for several
reasons. Vegemast Engineering is clearly the leading proposer with the
most in-depth experience in providing professional engineering services in
the design of public safety radio systems and emergency communications
centers. Mr. Ronald Vegemast, principal, has planned and written
specifications for more than 200 public safety projects over the course of
the past 22 years. Vegemast Engineering has substantial successful
experience in every system area of the City's project including mobile
radio systems, microwave radio systems, emergency communications centers,
communications control consoles, and records management systems.
In addition, Vegemast Engineering has substantial successful experience in
planning and writing specifications for the systems which must be
integrated with the new radio communications and records management
systems. Those systems include: 911 telephone systems, multi-channel voice
recording systems, and computer-aided dispatch systems with mobile data
terminals and automatic vehicle locating systems.
Agenda Item
Radio Communications Engineer
Page 3
Vegemast Engineering has considerable knowledge of all City radio
communications systems, computer systems, and Police and Fire Department
operational procedures. In April of 1990, Vegemast Engineering was
contracted by the City Of Elgin Emergency Telephone System Board to plan
and write specifications for an enhanced 911 telephone system, a
multi-channel recording system, and a computer-aided dispatch system. The
enhanced 911 telephone system project and multi-channel voice recording
systems were successfully completed in the spring of 1991, and have been
operating without flaw for the past 2 years. Vegemast Engineering is
currently working on the specifications for the Police and Fire Department
computer-aided dispatch system.
Vegemast Engineering is very familiar with all City computer and radio
systems and the City's 911 Emergency Telephone System. This factor alone
plays a vital role in ensuring the successful integration of all of the
City public safety emergency communications systems and subsystems.
Specifically, it is imperative that the radio communications systems, the
computer-aided dispatch system, the 911 emergency telephone system, and the
City IBM AS/400 mainframe are carefully and properly integrated to avoid
costly and serious operational and interface problems.
Carter and Kinnane, Inc. , of Itasca, Illinois was the only proposer to
submit a bid lower than Vegemast Engineering for the radio communications
engineering project. The firm of Carter and Kinnane, Inc. however, has
been in existence for less than one (1) year. The committee felt that they
did not have sufficient experience in completing similar projects nor a
satisfactory level of engineering expertise to recommend their proposal for
the City's project. Carter and Kinnane, Inc. also does not have
professional or general liability insurance. Additionally, they did not
submit a timetable for completion of the project.
In designing a fully integrated public safety communications system of the
size and magnitude of the City's project, the committee agreed that the
most important factor in recommending Vegemast Engineering over all other
proposers for the project, was their depth of experience in similar public
safety engineering projects. Additionally, the committee felt that
Vegemast Engineering's previous experience with City projects would best
serve the City's needs to ensure that all new and existing radio and
computer systems are properly integrated.
The committee agreed that Vegemast Engineering submitted the best proposal
for the engineering services required for the City's public safety radio
communications project. The committee also agreed that Vegemast
Engineering is the most qualified proposer to satisfactorily perform all
tasks associated with the project and to perform them at a cost which is
reasonable and acceptable to the City. I concur with the committee's
recommendation and also recommend award of the tract to Vegemast
Engineering, Inc.
Attachments
PROPOSALS FOR RADIO GOM11N7 IS ENGINEERING CONSULTANT
CARTER i ENE, INC. SPECTRUM RESOURCES SWAN L ASSOCIATES RICBARD S. TUCKER NONAID TIC10 AST ERG., INC
ITASCA, !CH ILLINOIS ST. ARMS, MISSOURI PEORIA, ILLINOIS WABCONDA, ILLINOIS MIIINELPOLIS, MINNESOTA
EVALUATION CRITERIA V'
1
Costs:
• phase I 120,250 $38,260* ;64,210 ;51,680 $27,300** e
• Phase II $35,100 l0x of Total Project Cost $76,500 - $147,890 $95,760 $39,000 1
Including Labor 6 Equip- (Range Given) i
went*
• Estimated Total Cost $55,350 $138,260* - I $140,710 - $212,100 $147,440 $79,450***
(Range Given) • 1
Exceptions Taken: Yes. 1. Less than Yes. 1. Will not provide NONE NONE NOME 1
satisfactory I of references/ services related to records
experience in similar pro- management system. 2. No
4
jects. 2. Phase I L II time- professional liability insur-
table not submitted. once. 3. Will not provide
3. No professional/general affirmative action employment
liability insurance. information( exempt.
Proposer to Begin Project: Immediately Immediately 1 Week After Contract Immediately 1 Week After Contract
Timetable to Complete Project:
• Phase I Not Given 3 Months 7 Months 8 Months 4 Months
• Phase II Not Given 11 Months 16 Months Not Specific 11 Months
• Total Not Given 14 Months 23 Months Not Specific 15 Months
Insurance Coverage:
• Professional Liability No No Yes Yes Yes
• General Liability No Yes Yes Yes Yes
• Automobile Yes Yes Yes Yes Yes
• Worker's Compensation No Yes Yes No - Not Applicable Yes
Proposer a Licensed Engineers No Yes Yes No Yes
Rank of Proposal Based on
Proposer's Depth of Experience in
Completing Similar Projects (/1
highest rank to f5 lowest rank) 5 2 4 3 1
Rank of Proposal Based on
Proposer's Ability to Perform all
Tasks Associated with Project (fl
highest rank to I5 lowest rank) S 4**** 3 2 1
Rank of Proposal Based On
Proposers's Ability to Meet the
Overall Needs of the City (/1
highest rank to 15 Lowest rank) 5 4**** , 3 2 1
• Does not include cost of services necessary for planning i design of records management system (not proposed).
** Pius additional billable costs for radio propagation predictions, microwave path profiles, travel, I printing, not to exceed $13,150.
**• Includes the *not to exceed $13,150* for additional billable costs for radio propagation predictions, microwave path profiles, travel i printing.
e*** Does not include planning and design of records managements system (not proposed).
PROPOSALS FOR RADIO COMMUNI( ; ENGINHERD1G CONSULTANT
CARTER & UNMANS, INC. SPECTRUM RESOURCES SWAM i ASSOCIATES RICHARD S. TUCKER ROSAID VEGEMAST ENG., INC
ITASCA, ILLINOIS ST. CRARIvS, MISSOURI PEORIA, ILLINOIS WAUCONDA, ILLINOIS MINNEAPOLIS, MINNESOTA
EVALUATION CRITERIA
Costs:
• Phase I $20,250 $38,260* $64,210 $51,680 $27,300**
• Phase II $35,100 10K of Total Project Cost $76,500 - $147,890 $95,760 $39,000
Including Labor & Equip- (Range Given)
meat*
• Estimated Total Cost $55,350 $138,260* - 7 $140,710 - $212,100 $141,440 879,450***
(Range Given)
Exceptions Taken: Yes. 1. Less than Yes. 1. Will not provide NONE NONE NONE
satisfactory I of references/ services related to records
experience in similar pro- management system. 2. No
jects. 2. Phase I & II time- professional liability incur-
table not submitted. ante. 3. Will not provide
3. No professional/general affirmative action employment
liability insurance. information; exempt.
Proposer to Begin Project: Immediately Immediately 1 Week After Contract Immediately -1 Week After Contract
Timetable to Complete Project:
• Phase I Not Given 3 Months 7 Months 8 Months 4 Months
• Phase II Not Given 11 Months 16 Months Not Specific 11 Months
• Total Not Given 14 Months 23 Months Not Specific 15 Months
Insurance Coverage:
• Professional Liability No No Yes Yes Yes
• General Liability No Yes Yes Yes Yes
• Automobile Yes Yes Yes Yes Yes
• Worker's Compensation No Yes Yes No - Not Applicable Yes
Proposer a Licensed Engineer: No Yes Yes No Yes
Rank of Proposal Based on
Proposer's Depth of Experience in
Completing Similar Projects (#1
highest rank to #5 lowest rank) 5 2 4 3 1
Rank of Proposal Based on
Proposer's Ability to Perform all
Tasks Associated with Project (.1
highest rank to /5 lowest rank) S 4**** 3 2 1
Rank of Proposal Based On
Proposers'• Ability to Meet the
Overall Needs of the City (#1
highest rank to f 5 Lowest rank) 5 4**** 3 2 1
* Does not include cost of services necessary for planning & design of records management system (not proposed).
** Plus additional billable costs for radio propagation predictions, microwave path profiles, travel, 4 printing, not to exceed $13,150.
*** Includes the *not to exceed $13,150' for additional billable costs for radio propagation predictions, microwave path profiles, travel & printing.
**** Does not include planning and design of records managements system (not proposed).
CONSULTING AGREEMENT
THIS AGREEMENT is made this 26th day of May, 1993, by and
between The City of Elgin, a municipal corporation of the State of
Illinois (hereinafter "the City") and Ronald Vegemast Engineering,
Inc. , a Minnesota corporation, (hereinafter "Consultant") .
WITNESSETH
WHEREAS, the City has identified the need:
- To enhance mobile radio systems used by various City
departments,
- To consider alternative police records management
systems,
- To replace radio communications control consoles;
and
WHEREAS, the pursuit of these communications system changes
has resulted in the identification of the need to acquire the
services of a professional engineer to assist in the planning,
design, and implementation of those changes;
NOW THEREFORE, in consideration of the mutual promises and
covenants set forth in this Agreement, the parties agree as follows:
SECTION I: ENGAGEMENT
A. The City hereby engages Consultant to provide and the
Consultant hereby accepts the engagement to provide professional
services described herein. The parties agree that the Consultant
is an independent contractor, and that the provisions of this
Agreement are not intended to and should not be construed in any
manner as creating or establishing the relationship of co-partners
between the parties hereto or as constituting the Consultant as an
agent, representative, or employee of the City for any purpose nor
are any of Consultant's employees entitled to any employee benefits
as City employees as a result of the execution of this Agreement.
B. Consultant agrees to assign Ronald G. Vegemast as the
principal person to perform duties required under this Agreement.
The Consultant may assign other competent personnel as necessary to
provide services under this Agreement. All such personnel shall be
under the direction of Mr. Vegemast.
C. The parties understand and agree that all services under
this Agreement will be performed within the State of Minnesota.
- 1 -
Employees of the Consultant will visit the City' s premises and related
locations for the limited purposes of presentations, meetings to
receive comments, and site observations.
D. The City shall designate one City employee as the Project
Director who shall act with and on the behalf of the City.
E. The Consultant' s employees and associates shall coordinate
work schedules with the Project Director.
SECTION II: PROFESSIONAL SERVICES
The services to be provided pursuant to this Agreement shall
consist of:
- The specific tasks required by RFP #93-002 issued by the City
included in this agreement as Attachment A.
- The specific tasks described in Consultant' s proposal
submitted to the City in response to RFP #93-002 included in
this agreement as Attachment B.
- The replacement page 5 for Consultant' s proposal included in
this agreement as Attachment C.
SECTION III : FEES, EXPENSES, AND PAYMENTS
A. For professional services rendered under this Agreement, the
City shall pay to Consultant those fees and expenses listed in Section
II , entitled Project Cost, of Consultant' s proposal submitted in
response to RFP #93-002. The firm fixed fee for professional services
shall total $66,300.00.
B. Fees billed for other items listed in Section II of
Consultant' s proposal in response to RFP #93-002 shall be billed as
indicated in that section except that those fees shall not exceed the
following amounts:
ITEM NOT TO EXCEED AMOUNT
Propagation predictions $4,500.00
Microwave path profiles $1 ,000.00
Printing and shipping $1 ,200.00
Travel $8,450.00
C. Billings shall be made no more often than once each month for
professional services provided, and for expenses incurred in the
previous month.
SECTION IV: TERMINATION OF AGREEMENT
A. Either party may terminate this agreement after providing a
thrity (30) day written notice of such termination. Consultant may
terminate this agreement only upon material breach by the City.
- 2 -
B. Pursuant to a proper termination by either party, the City shall
be responsible for paying reasonable fees relative to all tasks performed
under this Agreement and for printing and travel expenses incurred through
the effective termination date.
SECTION V: MODIFICATION OF AGREEMENT
No alteration or variation of the terms of this Agreement shall be
valid and enforceable unless such modifications are agreed to in writing
and signed by both parties.
SECTION VI: DOCUMENT OWNERSHIP AND USE
The parties agree that any plans and specifications prepared by Consul-
tant under this Agreement are instruments of professional service intended
for one-time use by the City. In consideration thereof, Consultant shall
be allowed to include a statement with each plan and specification provided
by Consultant under this Agreement that indicates the following, but not
necessarily in the wording as presented:
All plans and specifications prepared by Ronald Vegemast Engineering,
Inc. represent the intellectual property of the company. Ronald Vegemast
Engineering, Inc. does not authorize the use of such plans or specifica-
tions by any party other than the party for which such plans or specifica-
tions are intended.
SECTION VII: MISCELLANEOUS PROVISIONS
A. Neither party shall assign any of its rights or privileges under
this Agreement without the prior written consent of the other party and any
attempted assignment in derogation of the foregoing shall be void.
B. Any delays in or failure by either party hereto in the performance
hereunder shall be excused if and to the extent caused by occurrences be-
yond such party's reasonable control including, but not limited to, acts of
God, government acts, strikes or other labor disturbances, war, sabotage,
fire, assertion by third parties of infringement claims, and any other
cause or causes, whether similar of dissimilar to those herein specified,
which cannot reasonably be controlled by such party.
- 3 -
For purposes of this section, neither financial inability of nor
financial hardship upon the party obligated to deliver shall be
deemed a cause beyond the reasonable control of the party obligated
to deliver.
C. No officer, member or employee of the City and no member
of its governing bodies shall have a direct or indirect pecuniary
interest in this Agreement. No employee or related party of an
employee of the Consultant shall serve an a board, committee or
hold any position associated with the City.
D. Consultant agrees that it will comply with Title VI of the
Civil Rights Act of 1964. No person shall be denied the benefits
of, or otherwise be subjected to discrimination under any program,
service, or activity under the provisions of any and all applicable
federal and state laws against discrimination on the grounds of
race, color, religion, sex, disability, marital status, sexual
orientation, public assistance status, ex-offender status, or
national origin.
E. This Agreement and performance hereunder shall be governed
by and construed and enforced in accordance with the laws of the
State of Illinois.
IN WITNESS WHEREOF, duly authorized representatives of the
parties have executed this Agreement as of the day first
hereinabove written.
City ofAltI Elgin,, Illi o��
i:W///1 #
By: « ____ - — -
Title: Cat/ 71/ 4Lte ,PL
Ronald Vegemast Engineering, Inc.
UBy: C4...,tLLA
Chief ExecutiveOffic
- 4 -
�
•
m TELEPHONE 708/931-6100
FAX 708/931-5610
FOR HEARING IMPAIRED
i� ofEio, TDD 708/931-5616
�t CITY OF ELGIN 150 DEXTER COURT ELGIN, ILLINOIS 60120-5555
REQUEST FOR PROPOSAL #93-002
DEADLINE FOR RECEIPT OF PROPOSALS: FEBRUARY 26, 1993 at 5:00 P.M.
I. PURPOSE OF REQUEST FOR PROPOSAL
The City of Elgin, Illinois, is seeking proposals for a profession-
al services contract with a communication systems engineering
consultant to research, plan, and design a radio communications
system for the Police, Fire, and Public Works Departments.
II. BACKGROUND
The City of Elgin plans to build a new police department facility
with occupancy tentatively scheduled for July, 1995. The police
department facility will include a new police and fire communica-
tions center and radio communications systems. The City is seek-
ing communications systems solutions which wil
l meet the immediate
and future needs of all City departments; police, fire, and public
works. The City is considering migr
ation to an 800 Mhz trunked
radio system for use by all City departments. The City will also
consider other feasible communications systems solutions and new
developments in radio communications technology.
III. SCOPE OF THE PROJECT
The scope of the project is twofold and will be accomplished in
two (2) phases:
Phase I of the project will be the research and planning phase
which will provide the City with a written "direction study" re-
port. The direction study report will make recommendations on how
the City should proceed in designing radio communications systems
for the police, fire, and public works departments. The "direc-
tion study" will also make recommendations on how the police de-
partment should proceed in designing new police records manage-
ment/reporting systems. This will include a thorough analysis of
the systems currently being used, and recommendations for new
state of the art systems, including an orderly migration plan.
The engineering consultant will make recommendations for radio
communications systems to the City in the "direction study" re-
port, based on an assessment he/she will conduct of the present
communications systems utilized by all City departments; police,
fire, and public works. The assessment will also take into consid-
eration, all related communications equipment which is now being
utilized by the City police, fire, and public works departments.
The "direction study" report must include curr
ent needs as well as
projected needs. The "direction study" report will also include
recommendations for a migration plan for an orderly conversion
which must take into consideration, new technology and F.C.C.
(i)
regulations.
'anted on recycled paper
Phase II of the project will be the actual design of the communica-
tions and police records systems, with a set of Request For Bid
documents prepared by the engineering consultant awarded this
professional services contract. The engineering consultant will
also provide assistance during the bidding process, review of
proposals, installation, and acceptance testing.
IV. SERVICES/SUPPORT REQUIRED
The services and/or support required of the engineering consultant
for the project include, but are not limited to the following:
1. Planning and design of a two way land mobile radio system for
the Police, Fire, and other City departments. This planning
to include consideration of migration to an 800 Mhz trunked
radio system, or other frequencies and alternatives if appro-
priate, including migration plans for an orderly conversion.
This work will include: 1) Inventory of all current communi-
cations equipment (fixed, portable, and mobile) ; 2) radio
propagation predictions for various candidate radio sites so
there can be assurance the system will work properly even if
one site fails. This may necessitate extensive interference
analysis to provide the engineering data which will be re-
quired to obtain 800 Mhz or other public safety frequencies in
the Chicago region, and ensure proper operation of the system.
2. Assistance to the building architect in determination of space
and Communication Center layout requirements for dispatch
consoles, electronic equipment, heating, cooling, and ventila-
tion requirements, power supply equipment, and computer &
electrical cabling.
3. Preparation of required power specifications for each item of
electronic or computer equipment, and a list of the equipment
that should be on a UPS power source. Specifications for the
UPS System must also be indicated.
4. Planning and design of the communication center control con-
soles.
5. Planning and design of a microwave network that may be used,
especially if a simulcast mode of operation is selected, for
the radio system chosen as well as alarms for the system.
2
6. Planning and design of a police records management system
which will integrate with all communications and computer
systems to be utilized. This task, to include an analysis and
evaluation of the current records systems being used, and if
appropriate, design a new records system to integrate with the
PIMS system. The records management system will be as close
as possible to a paperless system, in which information needs
to be entered only once. The records management system must
meet all requirements of LEADS, NCIC, IUCR, NIBRS, and PIMS if
appropriate.
This will include a thorough analysis of various new records
management technologies which may be recommended for implemen-
tation; imaging systems, optical reading systems, computer
aided records processing systems, etc.
7. The engineering consultant will be responsible for coordinat-
ing the F.C.C. licensing process with the contractor awarded
the radio communications systems contract.
8. The engineering consultant will provide all support or servic-
es necessary to accomplish both phases of the project whether
or not specifically indicated in this request for proposal.
V. MINIMUM QUALIFICATIONS FOR PROPOSERS
Communication systems engineering consultants with the following
qualifications are encouraged to submit proposals. Documentation
substantiating qualifications must be submitted with proposals.
1. Significant experience in researching, evaluating, planning,
designing, and engineering communications systems as described
in this RFP. This experience must include the planning and
design of public safety communications centers.
The engineering consultant is encouraged to submit at least
five (5) references showing previous engineering experience in
designing public safety radio communications systems, computer
aided dispatch systems, and enhanced 911 systems as described
in this RFP. Fewer references will be evaluated accordingly.
Name, title, address, and telephone number of a contact person
for each reference must be indicated in proposals.
2. Thorough knowledge and experience with VHF, UHF, and 800 Mhz
radio systems.
3. Thorough knowledge and experience with digital communications
systems.
4. Thorough knowledge and experience with public safety computer
aided dispatch systems including; records management systems,
automatic vehicle location systems, and mobil data terminal
systems.
3
5. Thorough knowledge and experience with telephone systems de-
sign, including 911 telephone systems.
6. Experience with integration of several different communica-
tions and computer systems, and related equipment. Specifical-
ly, those systems listed above.
7. Thorough knowledge of F.C.C. rules, regulations, and frequency
licensing requirements.
VI. PROPOSAL REQUIREMENTS
1. Proposals must be clearly marked "Communications Engineer
Proposal" and be submitted by 5 P.M. , Friday, February 26,
1993, to:
Mr. Michael Sarro
Purchasing Director
City of Elgin
150 Dexter Ct.
Elgin, Illinois 60120
2. Five (5) copies of the proposal must be submitted.
3. Proposals must be submitted with individual cost quotes for
the two (2) phases of the project; Phase I (Direction Study
Report) , Phase II (Design & Request For Bid Documents) .
4. Proposals must indicate the length of time before the project
can commence after approval of contract.
5. Proposals must be submitted with an estimated timetable for
completion of each tasks in Phase I and Phase II. The timeta-
ble must also contain an estimate of the total elapsed time
required to complete the entire project.
6. In order to facilitate comparison of competing proposals, the
following format must be utilized as closely as possible in
the proposal:
a. Scope and Methodology
(1) State as clearly as possible, your own understanding
of the objectives of the proposed consulting services.
(2) Describe the overall approach to the work by task,
including specific methodology to be used.
(3) Describe any problems anticipated with each task.
(4) Describe criteria which will be used to perform
cost/benefit analysis for the communications sys-
tem/equipment recommended.
4
b. Project Cost
(1) Individual cost quotes for the two (2) phases of the
project (Phase I & Phase II) must be submitted.
(2) Cost quotes for Phase I and Phase II of the project
must also be broken down by individual task.
c. Prior Experience
Include a resume for each individual working on the
project. Also include a brief statement discussing the
experience of the individual(s) who will be working on
the project; include recent experience in the following
areas:
(1) Researching and analyzing immediate and long term
radio communications system solutions in a public
safety application similar to that described in this
RFP.
(2) Planning and design of a two way land mobile radio
system for city-wide or multiple agency implementa-
tion, including a microwave network.
(3) Planning and design of a public safety communications
center, including space and layout requirements for
dispatch consoles, and preparation of power specifica-
tions for all electronic and computer equipment.
(4) Planning and design of a computerized police records
management system.
(5) Planning and design of a computer aided dispatch
system, automatic vehicle location system, and mobil
data terminal system.
(6) Planning and design of an enhanced 911 telephone
system.
(7) F.C.C. licensing process.
VII. EVALUATION CRITERIA
1. Proposals will be evaluated according to the following crite-
ria:
a. Engineering experience in the research, analysis, design,
integration, and implementation of the systems described
in this RFP.
b. Methodology and approach to the scope of the work to be
done.
5
•
c. Ability to complete work tasks in a timely manner that
will correspond with the design phase of the new police
department facility. The design phase is tentatively
scheduled to take approximately ten (10) months to com-
plete, after a contract is signed with the building archi-
tect. It is anticipated the contract for the building
architect will be signed by April 14, 1993.
Determination of the best overall proposal will be made
solely by the City of Elgin, which also reserves the
right to reject any or all proposals.
VIII. ADDITIONAL INFORMATION
1. Proposer must name the City of Elgin as "an additional in-
sured" and maintain the following insurance coverages during
the term of the contract:
a. Insurance required by state or local ordinance.
b. Comprehensive general liability insurance including own-
er's protective liability and contractual liability.
These policies must cover personal injury, including
death and property damage in the amount of $1,000,000 per
occurrence for personal injury and adequate coverage per
occurrence for property damage.
c. Comprehensive automobile liability insurance in the
amounts specified above.
d. Comprehensive professional liability insurance including
errors and omissions insurance in the amount of
$1,000,000.
e. Worker's compensation insurance.
Certificates evidencing the insurance coverage specified above
must be submitted with proposals.
2. Proposers may be asked to make an oral presentation to discuss
their proposals. Such oral presentations will be at the ex-
pense of the proposer.
3. The contract or any part of the contract awarded by the City
of Elgin, can not be assigned or subcontracted without written
consent by the City of Elgin. Such consent will not release
the proposer from the obligations or terms of the contract.
4. It is anticipated that the contract will be awarded approxi-
mately six (6) weeks after receipt of proposals; proposals
must remain valid for at least 60 days following deadline for
receipt of proposals.
6
5. The enclosed "Bidder's Employee Utilization Form" must be
completed and submitted with proposals.
6. Questions regarding the RFP or project should be directed to:
Ms. Lori Moses
Director of Communications
Elgin Police Department
150 Dexter Court
Elgin, Illinois 60120
Telephone: (708) 931-6010
7
II /".../4140 c...%.',I'd WI-- e
11 PROPOSAL
, 4t 0
. 4
E 14 in..
.‘ --
iii /. , CITY OF ELGIN
q.„ `f O I10'' /�+�
II
for
1
RESPONSE TO RFP # 93-002
III COMMUNICATIONS SYSTEMS
ENGINEERING
. 1
11
II
101 ,
Submitted by
Ronald Vegemast Engineering, Inc.
Suite 180
Interchange Tower
Minneapolis, MN 55426-1296
(612)545-8173
in
A
SI
it
Ronald Vegemast Engineering, Inc.
Interchange Tower,Suite 180
600 South Highway 169
Minneapolis, MN 55426-1296
Telephone: (612)545-8903
+ Facsimile: (612) 545-9301
February 26, 1993
I
Mr. Michael Sarro
Purchasing Director
City of Elgin
150 Dexter Court
Elgin, Illinois 60120
Dear Mr. Sarro:
We are pleased to submit this proposal to provide professional
engineering services related to the planning and design of new public
safety communications systems for the City of Elgin.
The professional staff personnel of this firm have substantial ,
successful project experience in all of the following system areas:
Computer Aided Dispatch Systems.
- Records Management Systems.
- Mobile Radio Systems.
Business Telephone Systems.
F _ Communications Control Consoles.
® Enhanced 9-1-1 Systems including system planning and geofile
development.
Communications Facility Layout and Planning.
- Management and staffing planning for dispatch centers.
The professional staff members have completed more than 200 projects in
r: the listed system areas. The scope of work on these projects includes:
- Project Definition.
Preliminary Design.
- Final design including the preparation of Request for Bid
Documentation that is widely recognized for its excellence.
[1
Client support during bidding.
Bid evaluation and Award Recommendation.
A wide range of Continuing Engineering services during system
implementation including the observation of Acceptance Testing.
Mr. Michael Sarro - February 26, 1993 - Page 2
All of the projects were performed under the direct supervision of Ronald
Vegemast, P.E. , who has been providing professional engineering services in
the public safety communications field on a full time basis for more than
22 years. The other staff personnel described in the enclosed material
performed much of the work on some of the projects.
I;
Projects undertaken include systems to serve fire, emergency medical
service, law enforcement and other local government entities.
Ronald Vegemast Engineering, Inc. , is clearly the a leading firm active in
the area of planning and specifying fully integrated public safety dispatch
center and radio systems. This is especially apparent when our experience
in planning systems that are through the acceptance phase and fully
operational is compared to the experience level of other consultants active
in this field.
Ronald Vegemast Engineering, Inc. , is independently owned and has no
relationship with any supplier of equipment or systems.
This proposal will remain firm for 60 days after February 26, 1993.
Questions about this proposal should be directed to Mr. Ronald Vegemast at
114 (612) 545-8173.
Sincerely,
Ronald Vegemast Engineering, Inc.
Ronald Vegemast
Principal
RV:ar
C3
I I
� i
CONTENTS
A
I; SECTION TITLE PAGE
EMPLOYEE UTILIZATION REPORT
INSURANCE CERTIFICATES
COMMUNICATIONS ENGINEERING PROPOSAL
I SCOPE AND METHODOLOGY 1
II PROJECT COST 27
III PRIOR EXPERIENCE 28
IV .RELATED PREVIOUS PROJECT EXPERIENCE 34
V CREDENTIALS AND BACKGROUND HISTORY OF 45
RONALD VEGEMAST ENGINEERING, INC.
I
C
11
EMPLOYEE UTILIZATION REPORT
A complete copy of the City of Elgin Bidder's Employee Utilization Form
is enclosed on the next page. No Employee Utilization Form was submitted
as part of a previous proposal for which this firm received a contract as
it was not required for firms with fewer than 15 employees when that
proposal was submitted.
liWith respect to Item 4 on the Bidder's Employee Utilization Form, note
that females are 50% of the total employees of the firm, and therefore,
I
there is no under-utilization of females. Following are responses to the
City of Elgin, Equal Employment, Written Commitment Guidelines:
1. Affirmative Action Officer - Therese Taylor, Manager of Business
1! Affairs, which includes all personnel functions.
2. All employees that we have ever had were living in the
I: Minneapolis-St. Paul Metropolitan Area at the time they were
hired. In the metro area, females are 50.5% of the population and
42.1% of the labor force. Blacks, Hispanics, Asians, and American
I! Indians total 5.4% of the population.
3. We have no active recruitment program. We have added no employees
in more than a year, and we have no plans to add additional
personnel . We have always welcomed female and minority applicants
when we needed to add a person to our staff, and we shall continue
to do so in the future. We have had an Asian employee in the past,
and he was recruited through a telephone call that we made to the
Southeast Asian Center of Minneapolis in a specific effort to hire
an Asian employee.
4. We have no training programs other than ongoing seminars for
employees. We do not use student interns as our business involves
providing expertise that is only obtained through advanced
Ieducation and years of experience.
5. We agree to submit statistical data concerning employee
composition, and recruitment efforts, at any time to the City of
Elgin upon request.
t
6. We consent to the distribution of copies of written commitment to
all persons who participate in recruitment, screening, referral ,
selection, and hiring of job applicants.
li7. We do not use subcontractors.
8. Ronald Vegemast Engineering, Inc. , will not discriminate against
any employee, or applicant for employment because of race, color,
religion, sex, ancestry, national origin, place of birth, age or
physical handicap which will not interfere with the performance of
S2the job Ii)n question.
r v Date: 2_C 093
Ronald Vegemast, 0
1
1
a
BIDDER'S
E WPLOYEE FORW
• L This report is required by the City of Elgin and shall be
submitted before the con
tract can be awarded.
Chapter 3.12.1000 Affirmative Action — City Contracts
I
1. Name and Address of Bidder Description of Project
CRnnAlri Vegemacf Fn ineerin _9 9 Inc. Communications Engineering
jnterrhangp Tnwpr Siiitp 12fl
FMinneapolis, MN 542F
•
r JOB CATEGORIESAM "�"
'rim az K_ OM 1017 Ina
WFVFVFMFVFVF 1 x
Professional staff 2 1 33
Business staff 1 1UU
E . .
I TOTALS 2 , 2
50
e of Co Official and Title Telephone No. Date S ned Page
L cca (612) 545-8903 Feb. 21 , 1993 1 oil
Fl�, 2. Have you ever been awarded a bid by the City of Elgin?
I x I YES � 1 1 NO
3. If the answer to #2 is' yes. please submit a o0 the
Employee Utilization Form that was submitted with of
your
last suooessful bid along with a fully completed copy of
this form.
2# 4. If the statistical data provided above shows under—
utilization of minority end/or female, please submit.
according to +he guideline provided in the attached
document. ea •i itten commit.rylont t,. 'provide equal
employment opportunity.
NOTE: In the event that a contractor or vendor, etc. fails to
comply with the fair employment and affirmative
action provisions of the City of Elgin. the City
amongst other actions may cancel. terminate or
suspend the contract in whole or in part.
Rev. 6/15/92
INSURANCE CERTIFICATES
The City of Elgin Request for Proposal requires that certificates
evidencing that five classes of insurance are in force be provided as
part of the proposal .
The first class of insurance is listed as "Insurance required by state or
local ordinance.". We contacted the City of Elgin Purchasing Director,
(" Mr. Michael Sarro, who stated that there are no other insurances required
L by state or local ordinances, and, therefore, no certificates for any
other insurance are included, and this proposal is based on the
assumption that no other insurance coverage is required by the City of
Elgin.
Enclosed are certificates indicating to the City of Elgin that this firm
Ei
carries:
1. General business liability insurance of at least $1,000,000.00
2. Hired and non-owned automobile liability insurance coverage of
$1,000,000.00.
[ 3. Professional liability insurance of $1,000,000.00. The term of
this policy is listed as 2/16/92 to 2/16/93, however, this policy
has been renewed for the period to 2/16/94. A new certificate
showing that period will be ordered if this firm is selected for
this project by the City of Elgin.
4. Worker's Compensation Insurance.
If this firm is selected for this project by the City of Elgin, we will
also request the issuance of certificates of insurance naming the City of
Elgin as an additional insured for the General Liability and the
Automobile Liability policies. These certificates will be sent directly
to the City of Elgin by the insurance company.
El
I
ISSUE DATE (MM/DD/YY`
CERTIFICATE OF INSURANCE 02/18/93
1 PRODUCER This certificate is issued as a matter of information only and confers —
no rights upon the certificate holder.This certificate does not amend,
COBB STRECKER DUNPHY& ZIMMERMANN,INC. extend or alter the coverage afforded by the policies listed below.
160 SO. 5th ST.,SUITE 2000
MINNEAPOLIS,MN 55402 COMPANIES AFFORDING COVERAGE
COMPANY
LETTER A CONTINENTAL CASUALTY COMPANY
COMPANY
LETTER B CONTINENTAL CASUALTY COMPANY
INSURED
RONALD VEGEMAST ENGINEERING LETTER C
600 COUNTY ROAD 18
INTERCHANGE TOWER, #180 COMPANY
COMPANY
MINNEAPOLIS,MN 55426 LETTER D
If COMPANY
LETTER E
COVERAGES
This is to certify that policies of insurance listed below have been issued to the insured named above for the policy period indicated.
Notwithstanding any requirement,term or condition of any contract or other document with respect to which this certificate may
be issued or may pertain,the insurance afforded by the policies described herein is subject to all the terms,exclusions,and
conditions of such policies. Limits shown may have been reduced by paid claims.
O Type of Insurance Policy Number Policy Effective Policy Expiration
LTR Date (mm/dd/yy) Date (mm/dd/yy) Liability Limits
i GENERAL LIABILITY General Aggregate
]X] Commercial General Liability Products-Comp/Ops 32 000 000
.00
] Claims Made Aggregate $1,000,000.00
X] Occurrence Personal k Advertising
E [ 1 Owner's& Contractor's Prot. BA117579766 01/01/93 01/01/94 Injury $1,000,000.00
Each Occurrence
$1,000,000.00
Fire Damage
(Any One Fire) $50,000.00
+ Medical Expense
(Any One Person) $5 000.00
AUTOMOBILE LIABILITY
CSL
Any Auto 31,000,000.00
All Owned Autos (Priv Pass.) Bodily
All Owned Autos(Other) Injury $.00
X I Hired Autos Per Person
X] Non-Owned Autos BA117579766 01/01/93 01/01/94 Bodily
] Garage Liability Injury 3.00
] Per Accident
Property
Damage $.00
C EXCESS LIABILITY Each Aggregate '
] Umbrella Form Occurrence
I Other Than Umbrella Form 3.00 3,00
Statutory I '
D WORKERS' COMPENSATION 3.00 (Each Accident)
AND
[m EMPLOYERS' LIABILITY 3.00 (Disease Policy Limit)
3.00 (Disease Each Employee)
I ^OTHER
1
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES;RESTRICTIONS/SPECIAL ITEMS
[^ ,ERTIFICATE FOR THE CITY OF ELGIN
_ ERTIFICATE HOLDER CANCELLATION
Should Any Of The Above Described Policies Be Cancelled Before The
Expiration Date Thereof,The Issuing Company Will Mail 30 Days
Written Notice To The Certificate Holder Named To The Left.
CITY OF ELGIN
AUT ZED REPR S ifTIVE
ELGIN IL l
.Sid t1TF •rv+n 1•f.. .....•.....
ISSUE DATE (MM/DD/yY
CERTIFICATE OF INSURANCE 02/18/93
tPRODUCER This certificate is issued as a matter of information only and confers
no rights upon the certificate holder.This certificate does not amend,
COBB STRECKER DUNPHY& ZIMMERMANN,INC. extend or alter the coverage afforded by the policies listed below.
150 SO. 6th ST.,SUITE 2000 _
1 MINNEAPOLIS,MN 55402 COMPANIES AFFORDING COVERAGE
COMPANY
LETTER A
COMPANY
LETTER B
INSURED
COMPANY
RONALD VEGEMAST ENGINEERING LETTER C YOUR INSURANCE CARRIER
600 SOUTH HIGHWAY 169 ��
INTERCHANGE TOWER, #180 COMPANY MAS BEEPi RATFn A+
MINNEAPOLI3 MN 56426-1296 LETTER D gy A.M. BEST AND CO.
' COMPANY
ILETTER E CONTINENTAL CASUALTY COMPANY
r. COVERAGES
L. This is to certify that policies of insurance listed below have been issued to the insured named above for the policy period indicated.
Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may
be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and
iv.. conditions of such policies. Limits shown may have been reduced by paid claims.
:O Type of Insurance Policy Number Policy Effective Policy Expiration
LTR Date (mm/des/yy) Date (mm/des/yy) Liability Limits
A GENERAL LIABILITY] Commercial General Liability
General Aggregate
;.00
Products-Comp/Ops
[ I Claims Made
Occurrence
Aggregate $.00
( Personal&Advertising
[ ] Owner's& Contractor's Prot. Injury
Each Occurrence
;.00
j
[ J
$.00
Fire Damage
(Any One Fire) $.00
! Medical Expense
(Any One Person) 3.00
3 AUTOMOBILE LIABILITY
CSL
Any Auto 00
All Owned Autos (Priv Pass.) Bodily
All Owned Autos(Other) Injury $.00
Hired Autos Per Person
Non-Owned Autos Bodily
Garage Liability Injury $.00
I
Per Accident
Property
Damage $.00
C EXCESS LIABILITY Each Aggregate
f ] Umbrella Form Occurrence
I Other Than Umbrella Form $.00 2.00
Statutory
D WORKERS' COMPENSATION $.00 (Each Accident)
AND
EMPLOYERS' LIABILITY $.00 (Disease Policy Limit)
$.00 (Disease Each Employee)
OTHER $ 1,000,000.00 Any One Claim And In
ARCHITECTS& ENGR'S AAE 006161806 02/16/92 02/16/93 The Annual Aggregate.
PROF LIABILITY
[Claims Made Basis]
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS
CERTIFICATE FOR THE CITY OF ELGIN •
This policy covers the PROFESSIONAL SERVICES of the named insured for all projects
do the limit of liability shown shall not be construed to be applied to this project only. _ _
CERTIFICATE HOLDER CANCELLATION
Should Any Of The Above Described Policies Be Cancelled Before The
Expiration Date Thereof, The Issuing Company Will Mail 30 Days
Written Notice To The Certificate Holder Named To The Left.
CITY OF ELGIN
AUTH ED REP E ' 'I'IVE
ELGIN IL
Ii
•
SUITE App. 17.4) S71:ra r7P71+ ;'rA.PiT
,1
I
11
CITY OF ELGIN ILLINOIS
150 DEXTER COURT
ELGIN IL 60120-5555
j f
--fold-- --fold--
YOUR CERTIFICATE OF INSURANCE ENCLOSED
CERTIFICATE HOLDER COPY
f
l
E
--fold-- -
-fold--
I
I
MINNESOTA WORKERS' COMPENSATION ASSIGNED RISK PLAN
Policy Administrator EMPLOYERS INSURANCE OF WAUSAU A Mutual Company
Certificate of Insurance
This is to certify that the insurance policies (described below by a policy nutter) written on forms
in use by the company have been issued. This certificate is not a policy or a binder of insurance and
I; does not in any way alter, amend or extend the coverage afforded by any policy referred to herein.
ISSUED TO NAME AND MAILING ADDRESS OF INSURED AGENT OF RECORD ISSUING DATE
11
:ITT OF ELGIN ILLINOIS RONALD VEGEMAST ENGINEERING INC GERALD F FOOTE AGENCY INC 02 17 93
61 150 DEXTER COURT INTERCHANGE TOWER STE 180 5701 KENTUCKY AVE N STE 110
ELGIN IL 60120-5555 MINNEAPOLIS MN 55426 CRYSTAL MN 55428 •
Policy Policy
6666 Effective Date Expiration Date
Type of Insurance Policy Number (MO/DA/YR) (MO/DA/YR)
[Jorkers Compensation 0313 00 112653 11 07 92 11 07 93
SPECIAL PROVISIONS/LOCATIONS/SPECIFIED AUTOS:
J4otwithstandlng
any requirement, term or condition of any contract or other document with respect to which this certificate may
x issued or may pertain, the insurance afforded by the policy (policies) described above is subject to all of the terms,
"exclusions and conditions of such policy (policies) during the term(s) thereof.
>ROOUCER NO. ISSUING OFFICE REGION
"ef I L :
0929 PO BOX 1357 MPL . ; 1 r_„r
MINNEAPOLIS MN 55440-1357 r %
(612) 830-1700 ..-7 - •_' '
Signed
Authorized Representative
I
6
U
I
r
1
COMMUNICATIONS ENGINEERING PROPOSAL
This proposal is submitted to the City of Elgin in response to Request
for Proposal Number 93-002 for Communications Systems Engineering
I; services. This proposal is organized in accordance with RFP Section VI. ,
6, into the following sections:
I. Scope and Methodology
[111. II. Project Cost
[1] III. Prior Experience
1". IV. Related Projects Experience
r
I
I
11
U
11
SECTION I
SCOPE AND METHODOLOGY
This document is a description of tasks broken down into subtasks that
Itogether form a detailed and complete proposed program of work related to
the planning, design, and implementation of public safety communications
systems appropriate for service in the City of Elgin into the
twenty-first century.
Communications systems areas to be addressed in this project include:
E] - Plan and design of new communications system control consoles.
- Enhancement of land mobile radio systems in use including
cross jurisdictional communications and the communications
i] links to remote radio sites.
- Planning and design of a Records Management (RMS) system
integrated with the CAD system and MDTs.
- Architectural consultation related to a communications center
able to handle activity levels projected to about the year
2005.
17 In planning new communications systems, it is essential to begin by
quantifying the condition and the performance of existing systems
[14so that improvements in performance can be measured. Therefore,
= this project involves the performance evaluation of the existing
communications center and radio systems, and the performance and
Ir
cost evaluation of alternative systems that might be implemented in
the future.
1 I'�
1
4
A
All subsystems are interactively related to each other. Therefore,
it is essential that the subsystems planning be integrated into one
effective and efficient, properly functioning, complete
I, communications system. It is essential that one person assume
responsibility for all planning decisions to accomplish the degree
— li of integration required. Responsibility for this system's
integration will be assigned to Mr. Ronald Vegemast who has
if demonstrated in depth, successful , previous planning and design
experience in every system area of this project. Of particular
significance, Mr. Vegemast planned and designed the 9-1-1 customer
Ei premise equipment and the multi-channel voice recorder equipment now
in use. He has also prepared a RFP specification for a CAD system
with MDTs and AVL to serve the police and fire departments of the
City of Elgin. He is therefore, very familiar with the existing
equipment and the City can be assured that console and space
planning and design will accomodate those other systems in a
completely integrated, interactive fashion.
ll
Needs Assessment Methodology
I
The needs assessment methodology used often by staff members of
ItRonald Vegemast Engineering consists of establishing a set of needs
statements describing performance of a system, and then evaluating
I: alternative systems configurations in terms of performance in each
of the needs areas.
E! That needs assessment methodology is mentioned in several places in
this section of the proposal and, therefore, it is described in more
i; detail here prior to discussion of the actual task work to be
performed in the project.
Ir
2
We will first generate a set of needs statements which are desirable
performance levels of various communications systems. Parameters to be
addressed relate to service to the public, safety of personnel , and the
provision of information useful to field personnel . Each functional
requirement will be written as a specific needs statement. A rationale
supporting the need will be prepared for each statement to aid public
officials in understanding the importance of the need.
I!
Where possible, the needs will be described in quantified terms to
enhance the evaluation of alternatives in performance improvement (for
example, during periods of normal operations, 90% of telephone calls
should be answered in ten seconds [two rings] or less time) .
i]
The importance of a clear, quantified definition of needs must be
Iunderstood. These needs are the basis against which alternative
technical approaches must be measured. Improvements in performance of
public safety agencies in areas of these needs and the cost of those
improvements are the input to cost effectiveness decisions by public
officials.
It is important to emphasize that personnel from the City of Elgin must
be involved in this needs definition work as it is essential that those
personnel understand and support the needs and the quantified levels
13 established for them.
To accomplish this involvement, we will prepare a set of needs statements
with rationales. This set will be sent to the City's Contract Manager
for review.
We will than visit the City project team to review and modify the needs
statements as appropriate.
In addition to the definition of needs, specific alternative approaches
to implementing the communications subsystems will be described. We will
then 'ieasure the performance of each of these alternative approaches
against the needs statements.
3
The performance measurement methodology involves assigning an E, W, or U
grade to each needs statement in which:
I - E means excellent performance is predicted in the need area if
the alternative system approach is implemented.
- W means at least barely acceptable,
c ptable, workable performance is
predicted in the need area if the alternative system approach
I is implemented.
1! - U means that unacceptable performance is predicted in the need
area if this system approach is implemented.
An overall quality factor grade can be obtained by assigning ten points
12 to each E grade, five points to each W grade, and no points to each U
grade and then averaging the points.
9 9
117
This evaluation usually provides a clear picture of the
e strengths and
weaknesses of and the overall performance available through use of
possible alternative system configurations.
rStatement of Understanding of the Objectives of the Proposed Project
ff The City of Elgin recently purchased new multi-channel voice recorder and
( 9-1-1 equipment for the existing dispatch center. The Cityhas P also been
preparing a Request for Proposal for a new Computer-Aided Dispatch (CAD)
[i system with MDTs and AVL as integrated components, although this activity
has been delayed so that this new system can be installed in a new
[--:' building being planned rather than being installed in the existing
building only to be moved to the new building soon after system
acceptance.
LiThe City has outgrown the existing dispatch center and communications
control console equipment. In addition, the existingconsoles are not
t
able to accomodate the CAD system CRTs, the 9-1-1 CRTs, and other
equipment in an ergonomicallyacceptable
p manner.
4
The City presently uses the Illinois PIMS system for law enforcement
records management, and a RMS system running on the City's IBM AS400
computer system for the fire department. The fire department has
expressed a strong desire to continue use of the existing RMS system.
The police department is interested in comparing a law enforcement RMS
Fcomponent of the CAD system to continued use of the PIMS system. It is
believed that a law enforcement RMS package might be added to the CAD
hardware and software package for a reasonable cost, and that a RMS
package added to the CAD system may have features and functionality
similar to the PIMs system capabilities. A RMS component addition to the
[1.1 CAD system may, however, provide for less reentry of information, less
paper shuffling, access to records files through MDTs, and full
[i integration of records information into the dispatching p rocesses.
Four City of Elgin departments, police, fire, public works, and parks use
mobile radio communications. The radio systems have some y problems.
These radio systems use two sites, and two 806 MHz radio frequency pairs
are used.
The City is planning to construct a new building which will house a
larger dispatch center. The existing consoles are to be replaced rather
than moved to the new dispatch center. Reasons for replacement include:
- The existing consoles are approaching the end of their useful
life so that they would need to be replaced soon after the
move to the new building if they were moved so that the
I! substantial cost of moving the consoles would, to a large
extent, be wasted.
I
- More console work positions are needed and the existing
1] consoles are not current models.
5
- The consoles would need substantial reconstruction to
accomodate the CAD and 9-1-1 CRTs and keyboard, and the TDD
device and keyboard in an ergonomic configuration. There will
i be a substantial cost for this reconstruction that might
better be used as a partial payment of the cost for new
ri consoles.
il - There will be a substantial disruption to emergency operations
during the move of the consoles, and another disruption to
operations when these consoles are replaced as they are near
{ the end of their useful life.
,_j
rThe architect for the new building will need guidance as to the number,
size, and footprint for these consoles, and guidance in regard to the
r criteria for floor plan layout of the dispatch center and associated
equipment spaces. The architect will also need lists of power, emergency
power, heating, airconditioning, and other space design parameters to
properly design the spaces.
The move to the new building is an appropriate time to consider changes
to all communications related systems so that the interrelationships of
ri the CAD, 9-1-1 equipment, consoles, radio system, RMS, MDTs, and space
can all be planned and designed in a fully integrated and ergonomically
I
acceptable manner.
The necessary planning, design, and support through acceptance of the
systems to be implemented in relationship to the new building are the
elements of the proposed project. The project is to be performed in two
kphases. The first phase is the measurement and forecasting of activity,
evaluation of existing systems, evaluation of alternative systems,
Li
assistance to the architect in spaces designs, and the preparation of a
report recommending the directions that the City should proceed in
implementing new and enhanced systems. The second phase will be design
and support through final implementation of the systems selected by the
City after review of the recorn dations from the first phase.
i
6
PHASE I - DIRECTION STUDY
Task 1 - Data Gathering and Analysis
t
Task 1.1 - Interviewing
I;
We will conduct interviews with the following p ersons:
- Police, fire, public works, and parks administrators and City
administration personnel .
r!
- Dispatch center operators.
- Records personnel .
Task 1.2 - Observation
ct, We will observe operations in the communications center and in the
records section as to data inputing and record retrieval , report
generation, down loading data to the State of Illinois, etc.
We will include an analysis of the present records activities including
the use of the PIMs system (we are familiar with the PIMS system) . We
[7: will list the kinds of reports kept, the forms used, and how the report
data is written, checked, and entered. We will note the means for
retrieving records files information.
[1:,
We will then consider enhancement of the PIMs based RMS procedures
L. including how data entry workload can be reduced. One example is the
simple addition of comments to the event record in the CAD using an MDT
Ifollowed by a command code so that a record is produced automatically for
review before filing in the RMS. We will also explore some modern RMS
{{,v- concepts including the storage of images such as photographs, sketches,
I
and fingerprints as parts of records in the RMS files. In addition, many
RMS files should also be available to persons in vehicles using an MDT.
7
We will also explore the locations where RMS information is needed, and
the various formats, including crime analysis, that should be available
for use so that full value of the recorded information can result.
Task 1.3 - Data Collection
Traffic Engineering Data
L] Traffic engineering data is needed in order to perform dispatch center,
,
computer automation, and radio system planning and design. Traffic
l] information is required on request for service telephone calls,
administrative telephone calls, number of events handled by the dispatch
center, and information inquiry traffic. Detailed data is required for
traffic variation during hours of the day, during months of the year, and
Ifduring the period between now and the end of the useful life of any new
systems that might be implemented.
I!
We will ask that the communications supervisor have each dispatch
operator record data on traffic of different types of telephone calls,
1 events, and information inquiries for each of twenty-four hours per day
for seven consecutive days on forms that we will provide. This data will
then be carefully analyzed, using three different validation checks, to
assure that it is a valid sample of traffic during the month of the year
Elin which the sample week appears. Statistical analysis will follow to
establish standard deviation, mean, and median figures. These numbers
L4will be used to define traffic during busier hours of each shift.
Historical data of activity during each month will be analyzed to
determine variation of traffic in different months of the year. The
busier hour traffic will then be adjusted to establish projected busier
' hour traffic on each shift during the busiest months of the year which
are usually summer months in the northern states such as Washington.
8
1
Historical data and projections of population in the City will be used to
project future traffic out to the end of the useful life of any new
systems implemented (approximately ten years after system acceptance) .
Busier hour traffic during busiest months will be further adjusted to
predict busier hour traffic during each shift of busiest months during
the busiest time over the useful life of any new system.
IF Traffic levels will be generated for present and future telephone
{ activity, radio activity, and dispatch center activity. Telephone
Tele hone
traffic will be split into activity related to dispatch and
r: administrative traffic. Radio traffic will be divided between dispatch
related traffic and information inquiry traffic that might be handled
r_
using mobile data terminals (MDTs) .
Communications Center Performance Times
l! We will measure the time required to accomplish various functions in the
dispatch center as it exists using the current procedures. Examples of
measurements to be made are the average conversation time, and the
average telephone call service time.
Radio Data
' We will ask for copies of all 1 radio licenses for all City departments.
We will determine what radio frequencies and radio sites are currently in
use, and we will list existing radio control points in all departments.
We will ask for a list of all radio equipment currently in use including
[7.; the age of that equipment. Data on radio equipment will include
descriptions of antennas and transmission lines, and antenna support
structures at each site. We will visit each radio site and list all
[11 radio equipment in use, including any operated by an entity other than
the City.
r
9
Task 1.4 - Define Needs
The needs assessment methodology has been described earlier in this
section of the proposal . As part of the preliminary task group, we will
define sets of needs for the radio system, communications center, and
records management. The sets of needs will include standards for
operations. As indicated earlier, the needs statements will be developed
in close cooperation with the City of Elgin Project Team. Approximately
25 definite needs statements are likely to be developed for systems
included in the scope of this project.
fl
Task 2 - Communications Center, Radio System, and Records System
!I Evaluations
!! The performance of the existing communications center, radio, and records
management systems will be evaluated by measuring p against a ainst the
quantified needs statements using the needs assessment methodology
discussed earlier in this section of the proposal .
9
An analysis of the condition and remaining useful life of all equipment,
including fixed location and mobile/portable radios, consoles, and PIMS
will be performed.
The predicted radio propagation coverage of existing radio systems will
be produced using our computer equipment and the Bullington model . The
Bullington model has recently been selected as the standard radio
propagation prediction model by APCO for their frequency coordinators in
all 50 states. We will ask that City of Elgin radio users compare these
predictions to actual experience with the existing radio systems.
Emergency response radio communications across jurisdictions within the
County will also be evaluated as part of this task.
10
Procedures and standards that impact system design must be established
before alternative systems can be defined in sufficient detail for
evaluation and for cost estimating. Examples of procedures and standards
that must be defined are:
I: - The amount of information to be received from callers must be
established. This issue impacts the data available for records
and impacts the number of communications center operators
required regardless of the system alternative selected.
I - The stand
ards for call answeringand handling as more
communications operators °" - -p (and more work stations hence more
I.
computer terminals) 95%
P are required to meet a standard of of \
calls answered in ten seconds or less than the number of
operators required to meet a standard of 90% of calls answered \.
in ten seconds or less.
l!
Should telephonic reports be prepared for cold calls?
i - Should communications center operators handle administrative
telephone calls? If yes, how many administrative calls?
ILi
- What area must be covered by the radio system for what
I
percentage of time for talk out and talk in with portable
radios used in what type of building?
EWe wil
l assist the City of Elgin Project Team personnel in making
dec
isions in these procedure/standards issue areas by performing
i; calculations of numbers of operators
ors required to mee
t varying standards
and byhelping P 9 personnel
el understand the effects of various standards and
iiby showing the range of standards in use throughout the United States.
[i
11
In addition, many non-dispatch functions must be performed, possibly
including such things as:
- Siren operation.
- FEMA and NAWAS monitoring.
rTask 2A - Definition of and Number of Communications Center Work Stations
Communications center work can be arranged in either of two organization
f:
alternatives - one stage work organization or two stage work
organization. In the one stage organization, operators answer telephone
['i calls and operate the radio system. In the two stage organization, one
operator or group of operators answers telephone calls and another
Ei operator or group of operators operates the radio system.
We will assist the City of Elgin project team to understand the
4 advantages and the disadvantages of each of these organizations. We will
also determine the numbers of operators required for both organizations
I for the existing traffic and for traffic projected for the end of the
useful life of any new system implemented, as determined in Task 1, to
show if there is a cost advantage to either.
1 Using the analysis, we will determine the number of each type of work
position to be recommended for the new dispatch center. We will also
list all equipment to be included in each type of work position. We will
�- then provide a recommended layout of each type of work position based on
ergonomic recommendations described by an ergonomic design specialist at
Ili L the Mayo Clinic in Rochester, Minnesota.
iiExisting plansbackup dispatching for p tching will be analyzed, and alternatives
for improvement in this equipment will be considered.
ii
12
1
It is essential that there also be a plan for accomodating the extra
workloads generated by extraordinary events including:
- A short term, high intensity event such as a high speed pursuit.
- A long term event such as cleanup after a tornado.
I( The plan must include radio channels, work stations, equipment and
personnel to support field activities associated with extraordinary
events.
( Task 2B - Evaluation of Alternatives for an Enhanced Mobile Radio System
L:
The performance of the mobile radio system approaches will be measured
t) against the appropriate needs statements generated in Task 1.4 using the
needs assessment methodology discussed earlier in this section of the
proposal .
I!
Radio system needs statements will include, but not be limited to, the
following performance issues:
- Congestion on radio channels, including the needs of fire
suppression on fire scenes.
- Radio coverage.
[71 - Radio interference from all sources.
- The reliability of the radio system including what ifs such as a
primary tower being destroyed by a windstorm.
1
The ability to carry on interagency coordination of activities by
radio over a wide area especially during disaster and mutual aid
conditions.
13
We will evaluate alternatives for enhancement of the mobile radio systems
in use. The evaluation will consider the needs of and the impact of use
of the mobile digital terminals planned as part of the CAD system. Use
of an 800 MHz trunked radio system will also be included as part of this
evaluation. This evaluation may show different performance for the radio
systems in use by different departments in the City.
iiAlternative radio systems to be evaluated are:
- Continued use of the existing radio system with enhancements
Ei to improve coverage and relieve interference.
:i - Upgrade the existing radio system and add channels to relieve
congestion and improve interagency coordination.
r
This alternative will include analysis of the
iiavailability of additional radio frequencies.
- 800 MHz trunked radio system.
The 800 MHz trunked radio system alternative will be
1 further divided into a:
IIo System that uses simulcast and/or multi-site
technology.
3
° System that uses analog or digital modulation.
I: The impact of the refarming proposal being considered by the FCC will be
fully considered for all alternatives.
Im
800 MHz radio propagation predictions, including a set of composite
5y7 predictions will be prepared. Some of the predictions will also be
concerned with meetingthe 40 dBu line restriction
on radio field
strength outside Elgin g justthe City of E.�� :n adio service area where the
NPSPAC group of radio frequencies must be used.
14
a
Composite predictions can also be produced which show the effect of
eliminating one site at a time. This method will show City of Elgin
personnel the level of reliability available through overlapping coverage
to provide protection in the event that any one radio site fails for any
reason. This analysis is particularly important for 800 MHz systems as
I; 800 MHz propagation is not as good as radio propagation at lower
frequencies. We will also provide, if needed, microwave path profile
studies for linking the dispatch center and radio sites.
The total number of radio frequencies needed in the present radio bands
and in an 800 MHz trunked radio system will be determined.
[1 Ways to migrate from the existing radio system to a new radio system will
be described.
i]
The impact of an 800 MHz
p trunked radio system on multi channel voice
El recording will be included.
All alternatives considered will include estimates of costs to implement
the alternative.
i! Task 2C - Records Management Evaluation
Needs statements related to records management will be developed in Task
1.4. Law enforcement records management needs will be defined in the
following areas:
Ei
- Log preparation for operations, for units, for officers, and
for the communications center.
- File structures for event report files, victim report files,
stolen property report files, pawn shop report files, gun
report files, vehicle report files, etc.
- Perfocm?nce enhancement routines, especially in the area of
automated crime analysis.
15
▪ Personnel files including special personnel skills, personnel
training records, personnel proficiency records including range
records, etc.
- Equipment files.
Examples
p of other items to be considered as part of the Records
Management System (RMS) needs statements are:
- On-line access to incident histories, vehicle records, and
El personnel records.
- Performance reporting of communications center activities.
- Automated files of vehicles taken into custody that can be searched
by one or multiple elements.
E:
Automated files of persons taken into custody that can be searched
by one or multiple elements.
r - Logs of personnel activities searchable by multiple elements.
E
- Use of MDTs and/or laptop computers by police officers with
11 preformatted forms for use in entering report information to avoid
writing reports on paper.
- Automating other functions including booking.
- Reviewing options for electronic mail for the police department.
We will review all reports prepared by law enforcement personnel that are
input information for an automated records management system.
16
We will review all existing output reports including the UCR report
produced personnel .
byrecords
We will review a checklist of police records management functions and
output reports with police records and management personnel to identify
areas for improvement. Examples of areas where improvements are likely
to be identified include:
- The elimination of multiple entryof the same information into
P
different files.
- Automatic production of standard output reports including the UCR
L_ report.
- Listing of missing input reports with information that can be used
to track down where the loss occurred.
- Identification of special output reports that can be extremely
P P
useful to patrol personnel that cannot be provided when a manual
records system is in use.
We will then measure performance of the existing manual records
management system relative to the needs defined using the needs
assessment methodology described earlier in this section of this proposal.
We will define the following possible automated records management
systems that might be operated bythe Cityof Elgin:
9
- A records management system that is part of a computer aided
dispatch system.
yyR
ij
• A stand alone automated records management system.
- Continued use of PIMS.
17
1
These alternatives will be evaluated by measuring performance against the
needs statements described earlier. Other evaluation criteria includes:
- Providing for the automatic recording of event data from the
communications center into the records management files.
L
- Providing for easy, quick access to virtually any non restricted
I
record by communications center personnel and by MDT equipped
officers.
- The necessity for meeting State of Illinois and Department of
r Justice requirements regarding the security of records information.
L
Evaluation of alternatives for an automated records management system
I: will be evaluated and the performance of those alternatives will be
measured against the same set of needs statements used for evaluating
I: other issues.
Task 3 - Space Evaluation
Task 3A - Dispatch Center Arrangement
L
We will estimate the amount of space required for dispatch consoles and
Ifor supporting electronic equipment including computer equipment based on
established dispatch center space layout criteria, the number of each
kind of work station required, the likely work station configuration, and
the likely computer and other equipment required.
P
Task 3B - Space Planning Criteria
[11 We will establish architectural parameters for the specialized design
requirements of the dispatch center and associated equipment spaces.
I;
1
18
Task 3C - Architectural Design Data
We will list power requirements for all dispatch center and equipment
space equipment, and state which equipment electrical loads should be on
the UPS power supply. We will also list other specialized design
requirements such as the necessary conduit between the equipment space
and the location of outdoor antennas. The preparation of a RFB
specification for an antenna support tower is not included in this
proposed work as it is unknown that a tower is needed.
L We will also be available for consultations with the architect on the
telephone and when we are in Elgin for project visits.
Task 4 - Implementation Plan
A report of all reduced data, findings, and recommendations from the work
of all tasks will be prepared. This report will include a snapshot
inventory of the performance of existingsystemsif they
are continued in
use to about the year 2005.
It is intended that this report contain all of the information in the
form needed by City of Elgin officials to understand the alternatives and
e
the significance of the performance improvements that can be achieved so
that they can make necessary decisions.
The report will provide a description of the evaluations of the existing
communications center and records management systems alongwith
9 y
evaluations of each computer automation alternative considered placed in
order of value.
PIn regard to the future replacement of existing systems, the report will
cover a discussion of the dispatch operations arrangement selected, the
number of each kind of work station determined, the configuration and
size of each kind of work station, and other equipment to be included in
dispatch center; ?nd the interactive integration of the recommended
Records Management System with the planned CAD/MDT system.
19
Cost estimates for all recommendations will be included. The cost
estimates will be based on recent bids for similar equipment in similar
quantities that have been reviewed by staff members of Ronald Vegemast
Engineering. The report will also include recurring cost estimates.
I; The report will include short term and long term implementation steps and
a tentative time schedule will be included.
A draft of the report will be delivered to the City Elgin E1 in Contract
Manager. After review by the City of Elgin Project Team, the consultant
will meet for the purpose of receiving comments and suggestions for
changes. Appropriate changes will be made and the report will be
published. Nine bound copies and a camera ready copy of the report will
be delivered to the Contract Manager.
Ronald Vegemast will make an oral presentation of the report after it is
[I delivered in final form.
CITY OF ELGIN REVIEW AND DECISION
City of Elgin personnel must review and discuss the alternative systems
176 approaches considered, and the recommended direction that the City should
select for implementing new and enhanced communications systems. The
City must decide that direction so that Request for Bid documents for the
systems can be prepared.
Ei
i!
jICI
20
PHASE II - DESIGN AND PROCUREMENT/IMPLEMENTATION SUPPORT
Task 6 - Design and Preparation of Request for Bid Specifications
Procurement of the systems alternatives selected by the City of Elgin can
tibegin as soon as the City makes the necessary decisions. We will support
the procurement process by first writing and printing Request for Bid
I: (RFB) specification documents for the selected systems.
r We will prepare the specific RFB documentation needed for the systems to
be implemented including drawings appropriate for these requirements.
I: Request for Bid specifications will be prepared for the following systems:
11 - Radio communications control consoles.
1 !!
- Mobile radio system including any supporting microwave radio
links.
- Additions to the Enhanced 9-1-1 telephone and ANI/ALi
equipment.
b
- Changes to the multi-channel voice recording and reproduction
[i equipment.
A separate section to be added to the CAD specification for the Records
1 • Management aspects decided upon will also be prepared.
The RFB specifications will be organized into the following two parts:
- Terms of Purchase.
- Technical Requirements.
Q
21
i
1 The Terms of Purchase part will include the submittal requirements,
I evaluation requirements and the contractual terms to be met by the
Contractor. We will use the Terms of Purchase part already prepared for
` the CAD system as a guide in preparing this material .
tThe Technical Requirements part will include a detailed description of
functions and intersystem interfaces to be provided in equipment and
l; software written in requirements and performance level terms. We have
many years of successful experience in writingsubsystem interface
y
r requirements including specifying which Contractor will connect different
subsystems. If the interface requirements are properly specified, there
is usually little problem in marrying different subsystems into a large,
[-. integrated total system.
l A requirements specification allows maximum flexibility to bidders in
selecting hardware. The specification (and drawings) will however, be
LL specific as to the numbers and locations and the characteristics of
equipment. Specific equipment will not be listed but features required
will be described in generic terms so that several system suppliers can
I bid competitively.
I: The level of detail in the drawings and specifications will result in
each bidder being able to submit a proposal for a system meeting the
[ Owner's needs and all bidders will be submitting proposals on the same
system.
Pi
A detailed Request for Proposal encourages maximum competitiveness as
bidders are far less able to exercise their game playing ability by
1.4 submitting a low price for a bare base system with the intention of
adding, at non-competitive prices, to the equipment list at and/or after
rthe time of contract execution. •
FA detailed Request for Proposal encourages bidders to submit their most
favorable price as there are almost no uncertainties in regard to what is
to be provided and to where every item of equipdrA t is to be install -d.
a
i
22
U
The Technical Requirements part of each of the specifications will also
include the following subsections:
- Definitions.
- Work Included.
I - Installation standards and requirements.
- Maintenance requirements.
- Documentation requirements.
- Training requirements.
1: - Warranty including a required guarantee of the continuing
availability of spare parts.
r - Acceptance procedure.
L
We will prepare a draft of the Technical Requirements part of the
L: specification and deliver it to the Contract Manager for review. Mr.
Vegemast will visit Elgin to receive comments for additions, deletions and
changes to the drafts.
We will prepare a final version of the specifications and print 13 copies of
each. The specifications will be delivered to the Contract manager with
lists of potential bidders for each system.
In specification writing, we always attempt to achieve a high level of
' specitivity, completeness and clarity. The communications systems Request
for Bid specifications produced by the Ronald Vegemast Engineering office are
widely acknowledged as being the best quality and the most complete. We
�T recommend that the City of Elgin consultant selection review the draft
specification for the CAD system to see the completeness, definiteness and
clarity of our public safety communications systems specifications.
flMr. Vegemast has written request for bid documentation described in this
proposal more than 100 times previously during the public bidding of
communications systems. He offers the effectiveness developed through all of
F that experience on this project.
23
i!
Task 7 - Support During Procurement and Award of Contracts
After the Request for Proposal specification documents have been accepted
by the City, we will provide the following support services during the
procurement of all of the subsystems:
- Provide the Contract Manager with a list of potential bidders
for the systems.
1: - Conduct a prebid conference for
potential
proposers in Elgin.
in - Answer questions of prospective bidders and prepare addendums as
15 appropriate for consideration by the Contract Manager.
- Evaluate proposals received and make an award recommendation.
- Participate in contract negotiation for each system.
rThe Records Management support will be part of the CAD system procurement
activity as the RMS will become an integral part of that specification.
ETask 8 - Continuing Support During Implementation
We will provide continuing engineering services during the implementation
phase of the consoles and the radio microwave equipment. No continuing
support is included for the RMS as the existing contract between this firm
and the City of Elgin ends at the time that an award recommendation for the
I
CAD system is made.
We will provide the following continuing engineering services for each
F system:
- Review and comment on installation drawings and documentation
submitted by the Contractor.
t - Answer questions from the Contract Manager and the Contractor.
- Negotiate and prepare change orders for the Contract Manager.
P - Comment on work in progress including the adherence to schedules
by the Contractor to the Contract manager.
• - Observe acceptance testing and comment to the Contract Manager.
24
We will make a presentation followed by a letter report in one copy at the
end of each of up to three inspection trips detailing the degree to which
the system inspected meets the contractual requirements.
Mr. Vegemast has provided the same continuing engineering services during
public safety communications systems implementation to government clients
more than 100 times previously. He has learned how to effectively
negotiate change orders and what to look for during observation visits. He
1 often knows the productsprovided and installed
by the installation
f] Contractors as well as the installers on the job know those products.
SCHEDULE
A schedule for completion of the project is shown on the next page of this
proposal . The schedule assumes that a contract for performance of the work
will be received in our offices by April 15, 1993.
El
The schedule shows that the space planning information that the Architect
will need will be completed by July 31, 1993. The RMS section for the
Computer-Aided Dispatch RFP specification will be completed by October 1,
1993 so that the CAD system can be through acceptance testing when the new
building is ready for occupancy. The consoles and radio microwave
11, specification will be completed by February 15, 1994 so that those systems
will be ready for use when the new building is finished.
We will be r p epared to begin work on this project in one week after we are
notified to proceed.
la
Please note that the schedule allows one month for review and decision by
the City of Elgin in regard to the recommendations in the direction report
(Task 4) .
25
4/ 1/93 7/ 1/93 10/ 1/93 1/ 1/94 4/ 1/94 7/ 1/94
r\ ARCN
DISP POWER
WE SPACE
AND
Flkii
TA9(I: CONSIIT
1DATA TASK
GATHER
AND �-�
ANALYS IS ( 1 / RRCA }
ASK 1 CN SOIALYSyESI S SPEC
TASK 2A DREPORI REVIEI�C110 CITYW TASK�_ 5
)'RADIO PREP AND
ON ALTS TASK 4 DECIDE
EVAL
\SK 2B
i CONSOLES V' CONSOLES 'Y CONTINUING
RADIO/Ay RADIO/IN ENGINEERING
RMS RFP SPEC BIDDING AWARD TASK 8
ALTS TASK 6 }� TASK 7 "�
EVAL
TA_SK._y
CITY OF ELGIN
PROPOSED SCHEDULE
RADIO COMMUNICATIONS ENGINEERING PROJECT
2/23/93
SECTION II
PROJECT COST
The professional services work for this project will be provided for a
firm fixed fee of $66,300.00. As required by RFP $93-002, the total fee
is broken down by task as follows:
[]
Task 1 $ 7,000.00
Task 2 7,300.00
E] Task 3 5,000.00
Task 4 8,000.00
Task 5 7,000.00
Task 6 18,000.00
Task 7 4,500.00
Task 8 9,500.00
Total for Phase I $27,300.00
Total for Phase II $39,000.00
ItIn addition to the firm fixed fees for the professional services, we will
also bill for radio propagation predictions at $450.00 per prediction.
We will also bill for microwave path profiles at $250.00 each.
In addition to the professional services, propagation predictions, and
path profiles, we will also bill separately for expenses for travel ,
,
printing, and shipping at cost plus 6%. Travel expenses include air fare
at coach rate, car rental , meals, hotel , parking at the MSP airport, and
mileage to/from the MSP airport at .25¢ per mile.
Billings will be made no more often than once each month for professional
services provided, and for expenses incurred in the previous month.
27
SECTION III
PRIOR EXPERIENCE
Ronald Vegemast, Principal , will provide most of the professional
services on this project. Greg LaVick and Elizabeth Vegemast will
analyze requirements, perform radio propagation predictions, perform
1 microwave path profile analysis, perform statistical calculations in the
analysis of traffic, and prepare portions of the Task 4 report and of the
Tasks 5 and 6 specifications.
is
r'
�- II
28
TRAINING AND EXPERIENCE OF RONALD VEGEMAST - PRINCIPAL - VEGEMAST
ENGINEERING
For more than 22 years, since 1970, Mr. Vegemast has provided planning,
design and implementation support consulting engineering services in the
communications field. Almost all work performed is in the field of
public safety communications systems for cities and counties.
The Public Safety Communications work area includes mobile radio systems,
y ,
microwave radio systems, telephone systems including E9-1-1,
communications control consoles, computer aided dispatch and records
management systems. Mr. Vegemast has been in responsible charge of over
200 projects in this field including 34 computer aided dispatch/records
management projects.
In 1972, Mr. Vegemast joined the communications systems engineering
division of Michaud, Cooley, Erickson and Associates, Inc. , a large
r! consulting engineering firm. He was elected vice-president and placed in
P
responsible charge of all of the division's activities in 1977. He left
that firm on May 1, 1984 to establish a private practice consulting
engineering office.
1:
Mr. Vegemast operated his own consulting engineering office practicing in
the field of communications systems engineering from 1970 to 1972. Prior
to 1970, Mr. Vegemast performed field engineering for RCA and for two
I-; other companies that produced computer and communications systems
products.
[i Mr. Vegemast received a BSEE degree (Communications Option) from the
University of Minnesota. Since that time he has completed 13 short
courses and seminars in technical and business subject areas.
He has published numerous articles on technical and professional subjects
and he has been a frequent conference and seminar leader on technical and
contracting subjects at several national APCO conferences and mobile
29
radio shows. Mr. Vegemast has led seminars on the Bidding Process for Local
and County Government personnel , including the preparation of Request for Bid
specifications, nine times.
He is a past president of the Minnesota Society of Professional Engineers and
holds memberships in the Associated Public Safety Communications Officers
(APCO) , the Minnesota Consulting
Engineers Council , and the American
9
Consulting Engineers Council .
Mr. Vegemast has substantial successful experience in every system area of
this project. Vegemast's experience is demonstrated by the fact that he has
more experience with the planning and design of Computer Aided Dispatch
[; systems and 9-1-1, and with the public bidding of these systems than all other
active professional consulting firms combined!
Mr. Vegemast has planned and designed 36 public safety dispatch centers in
eighteen states and a number of those are central dispatch centers serving
[ multiple law enforcement, fire and emergency medical services agencies. At
least 30 of those centers are through acceptance, are operating successfully
and are proof of the validity of the planning methodologies used. In at least
12 dispatch center projects, he performed space layouts and provided detailed
lists of architectural parameters for space remodeling or construction. He
has not only planned systems but he has been able to learn from measuring the
performance of systems implemented in accordance with his plans.
Mr. Vegemast has a reputation for writing open request for bid specifications
that give many vendors an equal chance and those vendors respond by bidding.
.
For example, there were five bids for the CAD system in Las Vegas, six bids
for the CAD/RMS system in the City of St. Joseph, Missouri and six bids for
the CAD/RMS system in Springfield, MO. GE, EF Johnson, and Motorola have
supplied radio equipment on Mr. Vegemast's projects. Four different radio
communications console contractors have been successful vendors, each of them
T more than once, after bidding to his specifications. ComCenter Corporation,
E•
Kustom Electronics and Motorola have all been awarded contracts for
m'croprocessor consolos after bidding to Mr. Vegemast's specifications. Both
Dictaphone and Magnasync have been successful contractors on multi-channel
voice recorder request for bid specifications prepared in our office.
30
RESUMES OF KEY PERSONNEL (Continued)
TRAINING AND EXPERIENCE OF GREG LAVICK - ASSOCIATE
Greg LaVick joined Vegemast Engineering in February, 1992.
Mr. LaVick rece
ntly performed a complete analysis of all mobile radio traffic
related to each of eleven sites in King County, Washington. The King County
network is designed to serve 57 government entities in a county-wide, 800 MHz
trunked radio system. He will soon be performing this same work for Chester
County, Pennsylvania.
He is currently doing addressing and E911 MSAG development, and digital
mapping tasks for Waseca County, Minnesota, and Jefferson County, New York.
Mr. LaVick
has a Bachelor of Science degree from the University of Minnesota.
1
I
n
L
31
RESUMES OF KEY PERSONNEL (Continued)
TRAINING AND EXPERIENCE OF ELIZABETH VEGEMAST - Systems Consultant - Vegemast
Engineering
Ms. Vegemast has undertaken several mapping and geocoding projects for Ronald
Vegemast Engineering since 1988. Amongth
ose 9 9 projects are:
174
- The preparation of separate maps of police, fire, and first
response EMS providers and an Emergency Service Zone map for the
Winnebago County, Illinois preliminary and final E9-1-1 plans; and
the development of an E9-1-1 Master Street Address Guide for
I Winnebago County, Illinois.
Ir - County rural addressing and the preparation of MSAGs for E9-1-1
systems fo
r Waseca County,C y, Minnesota, and Jefferson County, New
York. She has also provided digitized base maps for a GIS system
9 P y
for Jefferson County.
- Planning and the preparation of Request for Proposal specifications
for public bidding for rural addressing, MSAG, and geofile
production, and for a high end GIS/Land management system for
Chester County, Pennsylvania.
She determined the minimum number of radio frequencies required at each of
eleven sites in King County, Washington using the firm's computer software
[' developed especially for this work.
P y
Ms. Vegemast received a Bachelors degree in Computer Graphics, a cross field
combination degree in Computer Science and Fine Arts, from the University of
1 Minnesota, in June, 1991.
32
RESUMES OF KEY PERSONNEL (Continued)
TRAINING AND EXPERIENCE OF THERESE TAYLOR - BUSINESS MANAGER AND SYSTEMS
CONSULTANT - VEGEMAST ENGINEERING
I; Therese Taylor,
y or, as a systems consultant, provides consulting services in the
fields of planning management structure, writing position descriptions,
selection including testing of applicants, compensation, training and
motivation of employees in the field of public safety communications.
Prior to joining Vegemast Engineering in 1987, she was employed by National
Computer Systems, Inc. , where she performed:
- Automated test scoring for tests given applicants for employment
including the MMPI, Strong Interest and other similar tests.
- Executive profile surveys.
1: - General aptitude testing.
She has used various tests in performing personal development counseling. She
has training in personnel and job classification measurement.
Ms. Taylor received a BA in Psychology from the University of Minnesota in
1983.
1)
El
33
SECTION IV
RELATED PREVIOUS PROJECT EXPERIENCE
Ronald Vegemast Engineering staff personnel have been engaged in planning
and design of radio systems, dispatch centers, and Records Management
systems for public safety agencies for more than twenty-two years.
This section of the proposal includes specific descriptions of selected
projects. The project descriptions include the names, addresses, and
telephone numbers of references familiar with our performance.
[ The project descriptions included in this proposal were selected based on
relationship to the requirements of the City of Elgin Request for
Proposal . Additional references will be provided upon request.
In evaluating this proposal , it should be understood that there is no
substitute for experience in the planning and specifying of integrated,
interactive public safety communications systems. Mr. Vegemast has more
experience designing these public safety communication systems than all
other active consultants combined.
F
L
Lii
34
Following this page, there are nine project references. The following table
lists those nine references and the systems that were included that are
related to the systems covered in the project proposed herein.
4
Consoles RMS Radio
Olmsted County, MN X X X
St. Louis County, MN X
St. Paul , MN X
Ottawa County, MI X X X
Cape Coral , FL X X
f! Seattle, WA, X X X
Davenport, Iowa X
Northwest Central Dispatch X X
St. Joseph, MO X X X
[71
[I
35
REFERENCE FOR VEGEMAST ENGINEERING
PROJECT: Computer Aided Dispatch System
LOCATION: Rochester, Minnesota
I; CONTACT: Mr. Robert Miller
Olmsted County Information Services Center
Courthouse
515 2nd Avenue S.W.
Rochester, Minnesota 55902
[11 (507) 285-7059
[ DESCRIPTION OF PROJECT:
Vegemast Engineering has been commissioned to plan and design a law
enforcement computer aided dispatch system to serve the Olmsted County
Sheriff's Office and the Rochester Police Department. The system includes a
Records Management System and laptop computers used as mobile digital
terminals. The laptop computers will communicate over a Vegemast Engineering
designed 800 MHz radio system. A contract for the CAD/RMS system has been
awarded to EAI , Inc.
Mr. Vegemast has also provided consultation to the architect for a new law
enforcement building that will be the location for the new communications
center. Mr. Vegemast also prepared specifications for competitive bidding of
new communications control consoles, and an in-building radio intercom
system, and for the expansion and relocation of the E9-1-1 controller
equipment and related telephone sets.
Mr. Vegemast previously provided radio engineering services to the County and
to the City of Rochester related to the high band VHF law enforcement radio
system.
36
REFERENCE FOR VEGEMAST ENGINEERING
PROJECT Computer Automation and Telephone System
LOCATION Duluth and Virginia, Minnesota
CONTACT Ms Nancy Pollock
Director of Emergency Communications
' St. Louis County
- 4848 Lackland Street
Duluth, MN 55811
fl (218) 726-2690
171 DESCRIPTION OF PROJECT:
Ronald Vegemast was commissioned to plan and design a multi-agency computer
automation system consistingof a computer aided dispatch system, a fire an
d
P P Y �
police records management system and a mobile data terminal system for St.
kT
Louis County, Minnesota. This system includes an on-line interface to the
State of Minnesota CJIS system in St. Paul , and microwave control links.
Eight bids for the computer automation system were received and Command Data
Systems/US WEST was awarded the contract for the system.
{r(K-y
This system supports operations ns of the St. Louis CountySheriff's Offi
ce,PP p 0 ce, the
6 Duluth police and fire departments, 39 other police and fire agencies, and
all EMSproviders in the county. St. LouisCounty C u ty has a land area of 3500
square miles and a population of 250,000.
i..1
Mr. Vegemast previously planned and designed a public safety dispatch center
[..
E9-1-1 telephone system with all ANI and ALI controller, display and transfer
equipment for the County. This system includes telephone sets with all
features and functions appropriate for a contemporary dispatch center.
i;
I37
i
REFERENCE FOR VEGEMAST ENGINEERING
PROJECT: Public Safety Communications System
LOCATION: St. Paul, Minnesota
CONTACT: Lt. Joseph Polski , Communications Supervisor
St. Paul Police Department
100 East 11th Street
St. Paul, Minnesota 55101
(612) 292-3567
El
DESCRIPTION OF PROJECT:
Ronald Vegemast
g st planned and designed a new public safety communications
control center supporting all law enforcement, fire, and emergency medical
operations in the City of St. Paul .
Included are a Computer Aided Dispatch system, communications control
consoles, and space design consultation with the project architect.
Mr. Vegemast also designed the E9-1-1 system serving the Minneapolis/St. Paul
metropolitan region, and he is currently working on a project involving
redesign of that network.
[1
C
Im
38
REFERENCE FOR VEGEMAST ENGINEERING
PROJECT: Consolidated Public Safety Communications System
LOCATION: Ottawa County, Michigan
CONTACT: Mr. Stephen Todd, Director
L Ottawa County Central Dispatch Authority
515 Washington Street
iiGrand Haven, Michigan 49417
(616) 842-2299
I
DESCRIPTION OF PROJECT:
[7.:
The citizens of Ottawa County were served by four full time public safety
dispatch centers operated by:
- The Ottawa County Sheriff' s Department.
[- -
The City of Grand Haven.
- The City of Holland.
- The Michigan State Police.
A joint powers organization, the Ottawa County Central Dispatch
Authority, was established under Michigan laws to plan and implement a
single centralized dispatch center and supporting public safety
communications system for the County.
Ronald Vegemast Engineering, Inc. , was commissioned to prepare the system
plan, to prepare Request for Bid documentation, to consult with the
buildingarchitect
ect during space design, to provide technical support
during bidding, and to provide technical support through acceptance
L testing of all subsystems y
implemented. This system consists of the
P
following subsystems:
ii
- E9-1-1 call handling equipment including ANI and ALI equipment
and telephone sets.
ra - Communications control consoles.
- Computer Aided Dispatch system with Mobile Data Terminals.
- Records Management System serving all law enforcement and fire
I agencies in the county.
- Separate high band VHF radio networks for law enforcement and
fire agencies.
- An 800 MHz radio system for the Mobile Data Terminals.
39
F
,
REFERENCE FOR VEGEMAST ENGINEERING
PROJECT: Public Safety Computer Aided Dispatch/Records System
LOCATION: Cape Coral , Florida
CONTACT: Chief Lynn Rowe
Cape Coral Police Department
815 Nicholas Parkway
Cape Coral, Florida 33915
(813) 574-3311
fl
DESCRIPTION OF PROJECT:
Ronald Vegemast Engineering was commissioned to plan and design a Computer
l] Aided Dispatch and Records Management gSystemwith laptop computers used as
mobile data terminal
s for the Cape Coral police and fire departments.
As part of this project, redesign of the communications control consoles was
required. A space layout with the new consoles included, and an equipment
room were also provided to the City along with space design data for use by
the project architect in remodeling spaces.
I
This project was be completed in late summer, 1992.
I
6
i
40
REFERENCE FOR VEGEMAST ENGINEERING
PROJECT: Communications Systems Planning and Design
LOCATION: Seattle Washington
CONTACT: Mr. David Gordon, Communications and General Services
City of Seattle, Department of Administrative services
710 Second Avenue, Room 300
Seattle, Washington 98104
(206) 684-0986
DESCRIPTION OF PROJECT;
Ronald Vegemast Engineering, Inc. , was commissioned by the City of Seattle,
Washington to plan and then to prepare competitive bid specifications for
Computer Aided Dispatch (CAD) systems with Mobile Data Terminals (MDTs) for
the police department, and later, a similar system for the fire department.
Also included in this project is planning and then the preparation of
specifications for five communications control consoles, an emergency
telephone system with on-premise E9-1-1 equipment and a new fire station
alerting system interconnected to the fire department CAD system. There is
an automatic vehicle location system and electronic situation map
interconnected to the CAD system that operates on a 800 MHz radio system
designed by Mr. Vegemast. The Seattle Fire Department is the EMS response
agency in and near the City of Seattle.
Mr. Vegemast also planned and designed esigned a CAD system for the Seattle Police
Department that includes digital dispatching through Mobile Data Terminals
[i that operate on a Vegemast designed 800 MHz cellular type radio system.
Mr. Vegemast was subsequently commissioned to plan and design a new 800 MHz
trunked radio system covering all of King County. The radio system is
supported by microwave and glass fiber links. This system will eventually
[: serve up to 84 agencies with 13,500 mobile and portable radios using 17 fixed
location radio sites in order to provide adequate radio coverage in the
mountainous terrain of the county.
41
REFERENCE FOR VEGEMAST ENGINEERING
PROJECT: Planning and Specification of a New Public Safety
Dispatch Center
1
LOCATION: Davenport, Iowa
L CONTACT: Lt. Ja
ck ck Ackerman
I Davenport Police Department
420 Harrison Street
Davenport, Iowa 52801
I! (319) 326-6117
I: DESCRIPTION OF PROJECT
I: Ronald Vegemast Engineering, Inc. , was engaged to plan, prepare
specifications for competitive bidding and provide support during
I! implementation for a new dispatch center to include consoles,
multi-channel voice recorder, Uninterruptible Power Supply and E9-1-1
ANI/ALI equipment and telephone sets.
Mr. Vegemast also prepared space layouts for a new dispatch center and
r electronic equipment spaces and detailed design information for the
City's architect/engineers.
[)
I.
1,i
V
F
42
REFERENCE FOR VEGEMAST ENGINEERING
PROJECT: Consolidated Public Safety Communications System
LOCATION: Arlington Heights, Illinois
CONTACT: Mr. Douglas Edmonds, Executive Director
Northwest Central Dispatch System
33 South Arlington Heights Road
Arlington Heights, Illinois 60005
(708) 398-1130
I!
DESCRIPTION OF PROJECT:
1:
The Northwest
Central Dispatch system dispatches for five suburban
Chicago suburbs with a combined population of 240,000. This dispatch
center currently had an old, out of date, computer aided dispatch system
with mobile data terminals in law enforcement vehicles and status message
transmitters in fire vehicles.
Vegemast Engineering was commissioned to plan and design a new computer
aided dispatch system, new communications control consoles, and a new
L telephone system with E9-1-1 related equipment. The system includes
digital mapping and a new electronic fire station alerting system.
Vegemast Engineering performed a statistical analysis of traffic and
projected traffic growth to the year 2002 in order to determine the
number of work stations required in the new dispatch center. The traffic
analysis was also used to properly size the computer aided dispatch
system with the mobile digital terminals used for digital dispatching and
other tasks.
r
43
L
REFERENCE FOR VEGEMAST ENGINEERING
PROJECT: Dispatching and Automated Records Systems
LOCATION: St. Joseph, Missouri
1
CONTACT: Mr. Steve Marr, Project Manager
Assistant Chief/Fire Marshall
Grandview Fire Department
709 Main
Grandview, MO 64030
(816) 763-3900 X 131
NOTE: Mr. Marr was Assistant Chief of the St. Joseph fire department
during this project.
IrDESCRIPTION OF PROJECT:
/i Ronald Vegemast planned, specified and provided continuing engineering
services during implementation of a new multi-agency dispatching and
automated records system for the Buchanan County Sheriff's Department and
the City of St. Joseph fire and police departments.
Included in this system are four communications control consoles, a
Computer Aided Dispatch system and a fire/police Records Management
L. System.
Mr. Vegemast also
9 provided a layout for the dispatch center and related
electronic equipment space and provided detailed guidance to the project
[: architect and the space electrical and mechanical engineers. He also
prepared specifications for a new antenna support tower and wrote out a
Fplan for moving public safety radio equipment to a new site.
44
SECTION V
CREDENTIALS AND BACKGROUND HISTORY OF RONALD VEGEMAST ENGINEERING, INC.
Ronald Vegemast Engineering, Inc. was incorporated in Minnesota on May 1 ,
t1984 and operates two offices in suburban Minneapolis. The firm is
entirely owned by two individuals. Neither the firm or either owner have
any connection with any supplier of systems or equipment. At present,
the firm has four employees. Specific credentials of the firm are
described in this section of the proposal .
I:
1. TECHNICAL INFORMATION
I:
The firm maintains a communications engineering reference library
I: which currently has more than 800 listings to manufacturer's
product description sheets, magazine articles on specific technical
I: subjects, communications engineering data and system descriptions.
Approximately 15 file listings, including new and revised product
descriptions, are being added to this reference library each month
1 as the firm is on the mailing lists of major manufacturers and
subscribes to five technical magazines in the communications field.
li
This reference library can be used to obtain a rich variety of
Iinformation on almost any subject in the areas of practice. In
this way, we can quickly become knowledgeable in subject areas and
i: on current products required by client projects.
2. COMPUTER ENGINEERING
E
The firm has purchased, modified, and developed computer programs
f for performing calculations in several areas of communications
engineering. Use of these programs allows the firm's consultants
[4
to accurately and quickly perform a large number of complex
calculations for clients. Computer programs available are
described in this subsection of the proposal .
i 45
1
a. Radio Engineering Programs
Radio propagation predictions can be performed using the
Bullington, and/or the Okumura models, and USGS three arc
second elevation data. This software can provide predictions
for any antenna including directional and/or side mounted
antennas. The Bullington program is the same as that used by
the APCO frequency coordinators in all 50 states. The
Bullington and the Okumura models can also be used, through
in-house modification, to provide composite coverage for
multiple radio sites which is very useful for predictions
involving simulcast and/or major multi-site 800 MHz trunked
radio system designs. We know of only one other consultant
that has the ability to provide composite coverage predictions.
Another radio engineering program includes the ability to use
the computer to plot contours of the higher elevations in any
geographic area. This program is useful in drawing attention
to areas in which to search for new candidate radio sites.
The firm's intermodulation interference software is used to
determine the potential for receiver interference caused by
the interaction of two or more transmitters. This program is
substantially better than most intermodulation programs as it
calculates using the FCC allowed frequency deviation spread,
or any other transmitter bandwidth, rather than the center
frequency only.
The firm's engineers can use the computer generated data to
determine the amount of isolation required by a client to
11 reduce intermodulation products from transmitter mixing to an
acceptable level .
Software is also available to calculate the minimum number of
1 800 MHz trunked radio frequency pairs needed to provide a
specific grade of service for any radio site.
46
b. Microwave Path Studies
Computers are used to provide path analysis for microwave
point to point communications links. USGS maps are then used
to check the accuracy of the computer projected path data for
greater accuracy.
c. Dispatch Center Personnel Determination
The firm has a series of four programs that can be used to
calculate the number of telephone operators needed in a public
safety dispatch center. Input data is average call handling
time, number of calls received during the normal busy hour of
a shift, and the grade of service desired. The firm also has
well proven methodologies for obtaining the needed input data.
1! d. Geographic Information System
The firm has Atlas Geographic Information System software that
is used to provide a variety of map products for public safety
communications uses. Map products can be provided in DBF
format for display, manipulation, and plotting in AGIS,
Drafix, AutoCAD, and other software.
e. Statistical Evaluation Software
Erlang-B and Erl -
9 ang C software is available for performing a
fi
variety of telephone related statistical calculations
including calculations of the numbers of trunks re
quired to
provide a specific grade of service. The firm has
r methodologies for obtaining the needed input data for these
statistical calculations.
PIA
47
3. INSURANCE
It is essential that client organizations ask for and receive
appropriate insurance protection from professional service firms.
Insurance coverage of interest to potential clients is described in
i; this subsection of the proposal .
1 The firm maintains general liability coverage of $1,000,000.
11. Automobile liability coverage is $1,000,000.
A $1,000,000 umbrella liability policy is carried above the basic
general and automobile liability policies.
Errors and omissions professional liability insurance coverage is
carried in the amount of $1,000,000.
Workman' s compensation insurance coverage is carried at statutory
limits.
t!
y
I;
r
11
1
48
�7/G hie4,nJ�
Attachment C
The City presently uses the Illinois PIMS system for law enforcement
records management, and RMS system running on the City's IBM AS400
computer system for the fire department. The fire department has
expressed a strong desire to continue use of the existing RMS system.
The police department is interested in comparing a law enforcement RMS
component of the CAD system to continued use of the PIMS system. It is
believed that a law enforcement RMS package might be added to the CAD
hardware and software package for a reasonable cost, and that a RMS
package added to the CAD system may have features and functionality
similar to the PIMS system capabilities. A RMS component addition to the
CAD system may, however, provide for less reentry of information, less
paper shuffling, access to records files through MDTs, and full
integration of records information into the dispatching process.
Five City of Elgin departments, police, fire, public works, parks, and
code enforcement, use mobile radio communications. The radio systems
have some problems. These radio systems use two sites, and two 806 MHz
radio frequency pairs are used.
The City is , planning to construct a new building which will house a
larger dispatch center. The existing consoles are to be replaced rather
than moved to the new dispatch center. Reasons for replacement include:
The existing consoles are approaching the end of their useful
life so that they would need to be replaced soon after the
move to the new building if they were moved so that the
substantial cost of moving the consoles would, to a large
extent, be wasted.
More console work positions are needed and the existing
consoles are not current models.
5