Professional Documents
Culture Documents
SPECIFICATIONS
REQUEST FOR COMPETITIVE SEALED PROPOSAL BHZ1217 DPD MOBILE AND FIXED AUTOMATIC LICENSE PLATE RECOGNITION (ALPR) SYSTEM
Page 1 of 106
TABLE OF CONTENTS
INTRODUCTION ........................................................................................................3 2.0 BACKGROUND ...................................................................................................6 3.0 SCOPE OF SERVICES ........................................................................................6 4.0 PROPOSAL PROCESS .......................................................................................9 5.0 Proposer Qualifications ................................................................................... 21 6.0 Statement of Work ............................................................................................ 23 7.0 Functional and Technical Requirements ........................................................ 32 8.0 Contract Terms and Conditions ...................................................................... 47 9.0 Proposal Pricing ............................................................................................... 49 10.0 Required City Schedules and Forms ............................................................ 52 11.0 Proposers Hardware and Software Configuration ...................................... 53 Appendix A System Diagram.............................................................................. 55 Appendix B Proposal Pricing ............................................................................. 56 Appendix C Reports ............................................................................................ 58 Appendix D CIS IT Standards ............................................................................. 59 Appendix E - Product Vendor Questionnaire ....................................................... 72 Appendix F - Sensitive, Personal,Commercial Information and Legal Considerations ................................................................................................................................. 93 Appendix G - Features Response Form ............................................................... 96
Page 2 of 106
INTRODUCTION
The purpose of this Request for Competitive Sealed Proposal (RFCSP) is to acquire a turnkey Automatic License Plate Recognition (ALPR) System for the City of Dallas which meets or exceeds all requirements of this document. On November 2007, the Dallas Police Department (DPD) began using the Platescan Automated License Plate Reader (ALPR) equipped with a four camera system. The system was permanently installed in a marked 2006 Chevrolet Impala and deployed an average of 35 hours per week. The Unit was deployed by the Auto Theft Deployment Squad and was operated primarily in areas of high vehicle thefts and recoveries. The ALPR system has scanned approximately 97,000 license plates, detected approximately 200 stolen vehicles, located a vehicle with a Felony warrant, has been manually loaded with AMBER Alert information and has been used in attempting to locate a Person in Danger. An ALPR system has proven to be a valuable crime detection and investigative tool for the Dallas Police Department. The primary purposes of the ALPR system is for the identification of vehicles flagged as stolen vehicles, amber alerts vehicles, be on the lookout (BOLO) vehicles, wanted persons, missing persons, and sex offender persons. The secondary and long term focus of the ALPR vehicles is to act as a random information gatherer which can populate the system with as many plates as possible to use in conjunction with (additional) back office software for analysis and intelligence efforts The Dallas Police Department is seeking a new and improved mobile and fixed license plate recognition system to actively scan vehicle plates from all angles of a moving squad car or from fixed locations, and provide real time alerts to the officer operating the vehicle of suspicious plates that are scanned. There will be an initial implementation as described below. Further, the City wishes to establish a 5 year price agreement for the purchase of additional systems and services as needed and as funding allows. The selected vendor must provide all equipment, materials, installation, software, setup, and training to provide a complete system. Acquisition of cameras, software, professional services and installation/moving services will be via competitive bid. The goals of the project are: Improve DPDs crime detection efforts by implementing a state of the art mobile and fixed wireless technology ALPR system. Installation of ALPR cameras that are to be deployed to both marked and unmarked police vehicles. o Total of 18 Vehicle systems (breakdown below) 2 per substation = 14 vehicle systems 2 for Auto Theft unit: 1 vehicle system and 1 portable vehicle system ICAC Unit: 1 portable vehicle system
RFCSP DPD ALPR System Page 3 of 106
Gang Unit: 1 portable vehicle system Installation of ALPR cameras that are to be deployed to FIXED locations o Approximately 30-50 systems o Locations of Cameras are to be determined Exponentially improve DPDs ability to recover stolen vehicles and identify amber alert vehicles, BOLO vehicles, missing persons, and sex offenders. Improve DPDs intelligence gathering activities by providing back office software that allows for administration, data mining, reporting, data sharing, and intelligence gathering activities. Improve on the lessons learned from prior ALPR system, and to ensure new solution has the ability for database refreshes via wireless technology. Improve system performance by selecting a vendor to provide ongoing support and maintenance. Streamlined process for relocation of the fixed ALPR systems, as dictated by DPDs surveillance needs.
The new ALPR System should meet at a minimum, all of the required specifications outlined in this document. The successful should provide added value and/or functionality above and beyond the minimum requirements. The scope of this project includes the following: 1. The provision of a industry proven ALPR System that provides DPDs the best tools for crime detection. 2. The selection, installation, configuration and testing of ALPR Software and Hardware that meets or exceeds the City of Dallas minimal requirements, interface, and reporting needs 3. The establishment of a production environment with backup/recovery capability, required to maintain and run the system. 4. Ordering, installation, configuration and testing of hardware that meets the City of Dallas standards, and is capable of supporting the proposed system and projected number of users. 5. The development and delivery of user, administrator and support personnel training and documentation 6. System Administration tools and report capabilities 7. Identification of Proposers roles and responsibilities for project implementation and post-implementation 8. Identification of City roles and responsibilities for project implementation and postimplementation 9. The Proposer will be responsible for delivery of onsite training to ensure that all necessary users are trained and certified in the use of this system. The Provider will also be requested to provide the following warranty periods: A. 5 year on all system hardware B. 5 year on system maintenance and support C. 5 year on fixed/mobile installations Lease vs. Purchase:
RFCSP DPD ALPR System Page 4 of 106
The City of Dallas will consider either a Lease or Purchase solution for the new ALPR System. The Vendor is encouraged to propose pricing for both leased or purchased solutions. All warranty periods noted above will be applicable for either a lease or purchase program. The Successful Proposer should demonstrate the ability to provide, deliver, install, configure, and make operational the appropriate hardware and software solutions that adhere to the specifications outlined in this RFCSP. The proposer should convey prior experience with providing the proposed solution in public or private organizations of comparable size and complexity. Security Clearance: The selected vendor MUST be compliant with the requirements of the FBIs Criminal Justice Information System (CJIS) regarding system and network security, and personnel backgrounds. Serious proposers will be required to sign a non-disclosure agreement (NDA) to be allowed to review those requirements. Any related materials provided to a proposer must be returned. Proposers unwilling to meet these requirements will not be considered.
Page 5 of 106
2.0 BACKGROUND
DPD started using its ALPR system on November 2007. Since 2008, the DPD has encountered significant equipment difficulties and operating system limitations. The ALPR system was unable to consistently distinguish the lettering on raised license plates, and capture license plates on moving vehicles. Almost all of the ALPR hits received since the inception of the program were from stationary vehicles and when the ALPR vehicle was being operated at a slow speed. Problems continued with security restrictions and the inability of the system to receive automated vehicles updates in real time. Over the next year summer 2008 to summer 2009 the problems with the vehicles camera system, operating system, and data-bases continued to plague the program and limit the deployment of the equipment. The ALPR equipped vehicle has since been decommissioned and is no longer in operation.
Page 6 of 106
3. References for existing implementations of at least 3 sites of comparable complexity and size. 4. Additionally, each Respondent will attach Statements of Financial Stability. The City prefers audited Financial Statements but is also willing to accept official justifiable data which substantiates historical financial stability. 5. Respondents must not be in default or arrearage under any previous or existing contract(s) with the City, the State or any other political subdivision of the State of Texas. The City reserves the right to disqualify any respondent, or any constituent entity of respondent, that has pending litigation, claims or debt with the City, or if such proposal includes a proposed subSuccessful Proposer, sub-lessee or supplier that has pending litigation, claims or debts which, in the Citys opinion, may adversely affect the ability of the parties to work efficiently and effectively under the contract contemplated by the RFCSP. 6. All contract employees utilized under this contract shall be employed directly by the Successful Proposer and/or identified subcontractors to which the contract is awarded. I. A fully qualified labor force shall be on board at the beginning of the contract and maintained throughout the duration of this contract. All contract employees shall receive close and continuous first line supervision by the Successful Proposer. II. Each employee of the Successful Proposer shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence, as evidenced by Alien Registration Receipt Card or who presents other evidence from the US Bureau of Citizenship and Immigration Service that employment will not affect his or her immigration status. Acceptable evidence shall consist of a Birth Certificate and appropriate naturalization papers. Each contract employee shall be a minimum of 18 years of age. Vendors shall state the companys procedures used to verify the legal status of contract employees and the authenticity of documents provided by employees. Vendors shall submit these procedures with their bids. Note: Violation of the specified age requirement and/or employment of an undocumented alien shall be just cause for contract termination. Any contract employee who violates this requirement will be removed from City contracts with CIS. III. The Successful Proposer shall conduct a screening/background check on each contract employee prior to being assigned to work in any capacity at a City facility. The successful Proposer shall not assign any employees not in compliance with CJIS requirements based on background checks obtained from the Dallas County Clerk. The City reserves the right to instruct the successful Proposer to remove any contract employee upon review of the employment information form and/or findings of the screening process. The successful Proposer shall maintain and provide CIS a current contract employee list showing all contract employees assigned to work under this contract. The successful Proposer shall immediately report any changes to the contract employee listing and shall furnish information reflecting the changes as they occur. Successful Proposer agrees that all contract employees shall submit to and pass a police background investigation report, a drug test and/or a polygraph examination upon request. Note: The cost
RFCSP DPD ALPR System Page 7 of 106
associated with the required background check shall be the sole responsibility of the awarded vendor and not be passed on to potential contract employee or the City. IV. The selected vendor will be required to carefully review and complete the Security Addendum (Appendix K). The selected vendor should review the attached Texas CJIS Systems Access Policy. This policy details the effect of certain criminal activity as it relates to that person being allowed to work with the City of Dallas Communications and Information Services Department. Specific attention should be given to the column labeled ORIGINAL APPLICATION FOR ACCESS. Vendor personnel assigned to work on the City of Dallas account must have previously completed a fingerprint background investigation by the Dallas Police Department. The background investigation MUST be successfully completed BEFORE a contractor employee will be allowed access to City of Dallas facilities. Note that a background investigation will be repeated annually to ensure that individuals remain compliant with Systems Access Policy. Each vendor employee will be required to sign the Security Addendum Certification form and it will also need to be signed by a company representative. 5. The successful Proposer shall not, during the term of this contract sub lease n any portion of this contract.
Page 8 of 106
Proposals shall be prepared and submitted in accordance with the provisions of these RFCSP instructions and specifications.
Page 9 of 106
made for information marked Confidential, Trade Secret, or Proprietary, the City will provide the Proposer who submitted the information with reasonable notice to allow the Proposer to seek protection from disclosure by a court of competent jurisdiction.
4.8 Addenda
Any interpretation of or change in the RFCSP will be made by addendum. The City will not be responsible for any other explanations or interpretations. Only formal written addenda will bind the City of Dallas.
All proposals and attachments shall be in English, complete, and free of ambiguities, alterations, and erasures. A duly authorized officer or agent of Proposer shall execute it. In the event of a conflict between words and numerals, the words shall prevail. Proposals are to be typed and prepared on preferably both sides of 8-1/2" x 11" paper. The Proposer shall provide one (1) unbound single sided (original) copy of the complete proposal and two (2) left bound copies. Proposers shall also provide eight (8) electronic versions of their proposal in Microsoft Word format along with the specifications answered in the document. This should be provided on a flash drive or similar storage device that has been formatted to be read on any Microsoft based computer. The entire package must be sealed and addressed to Susan Dunne, Buyer III City of Dallas 1500 Marilla Street - Room 3FN Dallas, Texas, 75201 Mark plainly on the outside of the package the number and title of the procurement to which the proposal is submitted. Indicate the opening time and date on the package. Failure to do this may cause the proposal to be misplaced and not considered. The City requires comprehensive, item-by-item responses to every section within this RFCSP. To facilitate the review of the responses, Proposers shall follow the described proposal format. The intent of the proposal format is to expedite review and evaluation. It is not the intent of the City to constrain Proposers with regard to content, but to assure that the specific requirements set forth in this RFCSP are addressed in a uniform manner amenable to committee review. Although the specifications in the following sections represent the City of Dallas anticipated needs, there may be instances in which it is in the Citys best interest to permit exceptions to specifications and accept alternatives. It is extremely important that Proposers make very clear where exception is taken to the specifications and how alternatives will be provided. Therefore, exceptions, conditions, or qualifications to the provisions of the Citys specifications should be clearly identified as such, together with the reasons, and inserted in the proposal. If the Proposer does not make it clear that an exception is taken, the City will assume the proposal is responding to and will meet the specifications as written. The following describes, in more detail, what is required of a vendors proposal.
Page 12 of 106
Letter of Transmittal
This letter should include the name and address of the proposing company as well as contact individuals within the company for technical, pricing, and contractual questions. A person authorized to bind the company should sign the letter.
Table of Contents
The Table of Contents should be a standard listing of proposal section numbers, section titles, and page numbers. Include all numbered sections of the proposal, not just major sections.
Table of Illustrations
Label all illustrations within each major proposal section as figures. Provide a sequential number within each section. The Table of Illustrations should contain figure numbers, titles, and page numbers.
Executive Summary
Each proposal should contain an executive summary that contains a brief description of the major contents of the proposal. Submit a description of the products and services proposed, covering the main features and benefits that distinguish it, in non-technical terms, within a maximum of five pages. This executive summary should be able to function as a stand-alone document, which effectively and succinctly summarizes the Proposers entire proposal. Do not exceed five pages or include any pricing.
Company Overview
This section serves as an overview and introduction to your company. This should be an introduction to your company that will be answered with details in Section 5.0: Proposers Qualifications (below). At a minimum, this section should address the company's accomplishments in the ALPR System application areas that are the subject of this RFCSP. Include a detailed description of products and services proposed to meet the City of Dallas system requirements. Provide as much detail as possible. The emphasis should be on how the existing products and services meet the City of Dallas system requirements.
Page 13 of 106
Proposers Qualifications
Proposer should answer the questions in Section 5.0 . Questions are mandatory and are self-explanatory.
Statement of Work
Proposers should answer and provide details to Section 5.0 of this RFCSP.
Proposal Pricing
Proposer should submit proposal pricing with their proposal. All proposal pricing to the City of Dallas should be listed in this schedule (Appendix C), as this is a fixed price proposal. The schedule shoud include all solution costs, including baseline software costs, software maintenance costs and hardware costs.
may have to request an extension from some, or all, Proposers. Proposers should state the effective period in your proposal Section 8.0 Contract Terms and Conditions
As part of the evaluation process, the City may interview Proposers regarding specific areas of their proposals as well as their references.
Basis of Evaluation
It is the Proposers responsibility to effectively communicate their qualifications, services and products to the City of Dallas by thoroughly responding to each requirement contained in this RFCSP. The evaluation is based upon the following criteria: 1. Related to Criteria A Value to the City: 1.1. Value to the City as determined through pricing and benefits. 1.2. Actual cost of various elements of the system as identified in the Proposal Pricing document. 2. Related to Criteria B - Capability and Expertise of the Proposer:
RFCSP DPD ALPR System Page 16 of 106
2.1.
Satisfactory company background, references, and financial statements as well as qualifications and experience in the delivery, installation, and maintenance of ALPR System. Demonstrated successful experience on similar type projects in organizations the size and complexity of the City of Dallas will be favored. Understanding of needs and the ability to offer alternatives and new approaches to the City of Dallas. Leadership and sustainable position in the relevant technical market place. Quality of Project Plan and Project Team
3. Related to Criteria C - Functional Match to City Requirements: 3.1. The proposed systems ease of use regarding user interaction to provide for the utmost in an officers safety, and integration of modules. 3.2. Satisfactory performance of all scenarios in the Proposer Demonstrations. 3.3. Proposer Demonstrations prove that the Proposers answers to Functional Requirements are accurate. 3.4. Clear and complete responses to the functional requirements contained in the RFCSP. 3.5. Ability to meet the long-term ALPR System functional needs of the City of Dallas. 3.6. Vendors provision of long term supported interfaces and/or compatible systems. 4. Related to Criteria D - Technical Match to City Requirements: 4.1. Clear and complete responses to the technical requirements contained in the RFCSP. 4.2. Ability to meet the long-term ALPR System technical needs of the City of Dallas. 4.3. Capability as a Proposer to provide a clearly understood hardware and software configuration that satisfactorily meets the requirements of this RFCSP. 4.4. True packaged ALPR System software demonstrated by: 4.4.1. Successful history of releases and bug fixes 4.4.2. Support and maintenance 4.4.3. Ease of upgrading to a new release 4.4.4. Future plans for the proposed ALPR System software. 4.5. Quality of Implementation Plan 5. Related to Criteria E - Training and Ease of Use of the System 5.1. Intuitive nature of the application 5.2. Simple design of the system 5.3. Quality and completeness of proposed training 6. Related to Criteria F - Minority Women and Business Enterprise Participation 6.1. Demonstrated inclusion and commitment to and understanding of the Citys Business Inclusion & Development (BID) Plan 6.2. Adherence to applicable It is the policy of the City Council policies (see 3.13) of Dallas to involve Minority and Women Owned Business Participation) Business Enterprises (M/WBE) to the greatest extent feasible on the Citys construction, procurement and professional services contracts. The information shall be submitted with the proposal and shall include:
RFCSP DPD ALPR System Page 17 of 106
Submission of an affirmative action plan/policy and the Ethnic Workforce form Submission of documentation showing history of M/WBE utilization on previous contracts on the form provided. Firm (s) Team make-up includes a significant number of diverse M/WBE firms in meaningful roles on the project. (1) The name, address and telephone number of each M/WBE; (2) the description of the work to be performed by each M/WBE; and (3) the approximate dollar amount/percentage of the participation. Evidence of acknowledgement of the Citys Business Inclusion And Development (BID) Plan, signed BID affidavit that demonstrates intent to comply with the policy and evidence of M/WBE inclusion to meet the BID goal for the project
Proposer Demonstration
Information regarding the Proposer Demonstration has been included in Appendix C, D, E and F.
signed with the name of the corporation followed by the signature and designation of the President, Secretary, or other person authorized to bind it in this proposal.
Page 19 of 106
4.19 Execution of Appropriate Bonds The designated proposer shall execute the Performance and Payment Bonds, (Bonding Requirements) prepared by the City Attorney and provide certificate of insurance evidencing proof of insurance. The designated proposer shall pay cost for such bonds. Proof of insurance must accompany the executed contract. 4.20 Failure to Execute Contract or Bonds Failure to execute the contract or the required Payment and Performance Bonds within ten (10) days after the completed contract documents are delivered by the City shall entitle the City to rescind the award. In the event the City must be required to re-advertise because of the failure to execute the contract documents, the defaulting party shall not be eligible to submit a proposal.
Page 20 of 106
Page 21 of 106
The City will utilize these references to validate the Proposers past performance and delivery capabilities.
If not stated above, please state whether your company or subcontractors have a local Dallas office. NOTE: Proposer background provided should apply to the company that is seeking the contract award, not Proposers parent, subsidiary, supplier, or agent.
The Proposer, along with the City, will be responsible for managing the overall implementation effort including activities conducted by other proposers and the City personnel. Activities will include, at a minimum: project supervision; work program administration and coordination activities; project timeline and expense management; project status reporting; change control management; communications; and quality management. The Proposer is required to provide a weekly written project status report to the City, with formal reviews as needed to be conducted with City management. The reporting period begins with the award of contract and continues through final system acceptance testing by the City. In addition the proposer should also provide a method of sharing documents and information regarding this project with the project team and project stakeholders.
Page 26 of 106
The City will also exercise other forms of QC in addition to those performed by the Proposer. These other forms of QC may involve both internal and third party resources.
Page 27 of 106
The Proposer will assume responsibility for conducting a ALPR System volume test of the system to meet City requirements to ensure performance and service levels are met. Proposers should specify any third party software required to perform these tests in their proposal as an additional cost. If third party software is not involved in the Volume Test, Proposers should explain the technology they will employ to achieve this test. The Proposer will provide resources for product fixes resulting from errors identified during all of the testing processes. The Proposer must conduct testing to simulate real world environments and testing location, environments, and scenarious will need to be approved by DPD. At a minimum, the proposed solution components should include information and costs associated with all aspects of on-going product support and maintenance activities. The City expects the Proposer to provide on-going support that includes, but is not limited to, Technical Support, product fixes, product enhancements, procedural help, access to an active user group or client conference and a schedule of regular product releases.
Work stations that are properly configured to support the system training; All network connections for the above work stations; Telephone with a direct number; Projector connected to a PC for the instructor(s); Projection screen; and Large white board with pens.
Proposers should be specific as to their training plan and training requirements and provide samples of the materials to be delivered as a part of the project.
Proposers should meet the following guidelines in the event of a full loss of the data/computing environment: Recovery of all data within 72 hours; and Recovery of computing environment and support to end users within 72 hours.
All Proposers should include a method to support warranty claims for the sixty (60) month warranty period.
In order to clarify the above, Proposer or its subcontractor data for the above table should include: Staff member name Staff members years of employment with the Proposers or subcontractors company. Years of experience in all ALPR System.
Page 30 of 106
Years of experience in the Proposed ALPR System. This should be specific experience with only the proposed system and not earlier products from the same Vendor. Current Project and Expected Roll-off date. Please indicate the staff members current project and the date you expect them to roll-off and be available to the ALPR System Project.
In a separate part of the proposal, please indicate which staff and positions will be full time for the duration of the project or for specific phases of the project.
Page 31 of 106
Page 32 of 106
Of the releases since January 1, 2011, please specify the percentage of each release that was related to client user requests versus other sources such as your marketing or sales groups.
Page 33 of 106
virus, that results in contamination or damage to the Citys equipment or its network, personal computing or other operating environments hardware including the hardware or software of any third party authorized to be connected to the City's computing environments, or the unauthorized disclosure of the Citys data. The Proposer shall take all precautions that are reasonable, customary, and commercially practical to avoid providing the City with any software that contains or introduces a virus. The City uses McAFEE Virus protection as a standard. Proposers should indicate systems that do not have a proven track record of using McAFEE.
7.2.1 Interfaces
The project will handle interfaces from the ALPR System side and the City will handle the other side of the interface. Specifically hours required to modify the Citys 3rd party applications to support interface requirements are the responsibility of the City and should not be included in the estimates provided by the Proposer. The Proposer should describe their systems abitily to interface with ONSSI (the Citys standard software for video capture and storage) and MDC laptops in police vehicles. The City runs TriTech Software Systems VisiNet Mobile and Intergraphs inPursuit RMS software on all DPD MDCs. The Proposer must demonstrate the systems ability to interface with DPDs RMS/CAD applications.
Page 35 of 106
1 - Programming Customizations/Modifications to base system required to comply, at additional cost. (Note: the City requires that any modifications be incorporated into the base software product.) 0 - base system does not comply, customizations/modifications not possible or such customizations will not / can not be incorporated in the base software product.
7.3 Non-Functional Requirements List Non-functional requirements captures conditions that do not directly relate to the behavior or functionality of the solution, but rather describe environmental conditions under which the solution should remain effective or qualities that the system should have. They are also known as quality or supplementary requirements. They do not have a documented use case.
The following list represents the non-functional business requirements for the ALPR System. Req # 7.3.1 7.3.1.1 Requirement Usability The fixed system ALPRs must be able to quickly be relocated if necessary.
Page 36 of 106
Requirement The mobile system ALPRs must be able to quickly be relocated to other vehicles if necessary. System configuration must be flexible and easily scalable. Reliability The system will have the ability to will provide a minimum guaranteed service availability rate (uptime rate) of at least 99.9 percent. The system will Operate continuously: 24 hours a day 365 days a year Performance The ALPR system should be able to accurately read, compare, and record license plates with an accuracy rate of 85 % for both fixed/mobile systems. The ALPR system should not have any limitations on the # of plates that may be read and processed through the entire lifespan of the system. For interactive connections (for plate updates) for the MDCs, the City uses cellular broadband connectivity using NetMotion. The ALPR system must be able to connect & communicate with this technology. Supportability The system must enable staff to add new hardware, software upgrades, and or maintenance without disruption of service 7 days a week / 24 hours a day. Security The system must have the ability to meet or exceed industry standard security requirements. The system must comply with all Criminal Justice Information Standards (CJIS) requirements. The system must utilize encryption technology to secure video feeds. The system must meet minimum FIPS and NIST security standards. The system must be active directory compliant as to user authentication. System should be secure to prevent unauthorized access and provide layers of access security for users. Maintenance/Serviceability The system must be easily serviceable for repairs and maintenance. The Vendor must provide maintenance coverage plan including: Routine services provided on a periodic basis such as onsite maintenance and cleaning.
Page 37 of 106
7.3.3.1
7.3.3.2
7.3.3.3 7.3.4
7.3.4.1 7.3.5 7.3.5.1 7.3.5.2 7.3.5.3 7.3.5.4 7.3.5.5 7.3.5.6 7.3.6 7.3.6.1 7.3.6.2 7.3.6.3
Req #
Requirement Routine and as needed lens cleaning from condensation, rain, ice, dust, dirt or any other obstruction. Emergency response services including guaranteed response time Hours and days of coverage Equipment replacement procedures, including onsite or depot parts repair and replacement Response time for each service call, including: a. System Outage b. Network control center outage c. Camera network outage impacting 25% of cameras Escalation procedure from first call to highest level respondent Detailed procedure showing knowledgeable first-time response to service calls Detailed breakdown of all maintenance costs for all equipment, software and services beginning at the end of the warranty period and extending through year five. Any Optional Maintenance service plans. Support The Vendor shall detail the technical and operational support that will be provided: Telephone support (e.g., include toll-free support hotline, hours of operation, availability of 24 x 7 hotline, etc.). Special plans defining levels of support (e.g., tier 1, tier 2, etc.). Delivery method of future upgrades and product enhancements including historical frequency of upgrades by module. Problem reporting and resolution procedures. Bug fixes and patches. Support provided for third-party solutions. Other support (e.g., on-site, remote Web site access to patches, fixes and knowledge base). Texas Occupational Code The Vendor that will access the Citys network or install equipment must be appropriately licensed and certified under Texas Occupational Code 1702 as a Security Company and to maintain that license / certification for the life of the contract.
Page 38 of 106
7.3.7.2 7.3.7.3
7.3.8.1
7.4 Control Requirements List The following list represents the control requirements for the system. Control requirements include Regulatory / Legal, Financial control, and City of Dallas Policy requirements. Each of the sections below should be filled out. If there are none identified for an area, it should say There are none identified. Req # 7.4.1 Requirement
Regulatory / Legal
The system must comply with all Criminal Justice Information Standards (CJIS) requirements. This system must comply with all State of Texas laws This system must comply with all City of Dallas Local Judicial Rules The system must comply with FIPS and NIST standards
7.4.1.1 7.4.1.2 7.4.1.3 7.4.1.4 7.4.2 7.4.2.1 7.4.3 7.4.3.1 7.4.4 7.4.4.1
Financial Control
There are none identified
Business Continuity
There are none identified
Policy
There are none identified
7.5 Functional Requirements List The following list represents the functional business requirements for the ALPR System. Note: Each requirement relates to a component of an Activity described and modeled in this section of the specification. Detailed functionality, business rules, constraints and conditions for each of these requirements can be found in the detailed use cases associated with the requirement. Business rules for information used by the system are found in the Information Section with the data elements. Req # 7.5.1 Requirement Hardware Specifications System must be comprised of self-illuminating Infrared (IR) cameras for effective license plate image capture in a variety of weather and lighting conditions. The System must also be able to read temporary issues license plates. (example: paper printed plates) The Infrared (IR) Light Emitting Diodes (LEDs) must be pulsed to enhance license plate capture.
Page 39 of 106
7.5.1.4 7.5.1.5
All cameras must have a dual lens configuration in a single camera housing featuring both an Infrared (IR) lens for license plate capture and a color overview image of the vehicle. The integrated color and infrared LPR cameras must not emit any visible light from infrared illuminators. The System must have a self trigger mode to detect the presence of lawfully mounted vehicle license plates in the cameras Field of View (FOV) The cameras must be capable of producing multiple license plate images with varying Shutter and Gain Settings to ensure a high quality image regardless of weather or lighting conditions. The cameras must be capable of being permanently attached to the vehicles emergency lightbar in a low profile manner to minimize impact on the lightbar system without drilling multiple holes or violating the integrity of the roof structure. Cameras should be attached to the light bar without interfering with visibility of the complete light bar. Cameras should be no larger in size than 2 height, 8 width and 4 depth. There must be no moving parts in any of the cameras. The cameras must have a fixed focal point or target distance from the camera to the vehicle license plates from a minimum of 6 feet to a maximum of 34 feet under a standard camera configuration. The ALPR Processor must be designed to be trunk mounted or similarly mounted and must incorporate an intelligent Power Supply Unit (PSU) that provides for a safe start and shut down each time the vehicles ignition is turned on and turned off. The ALPR Processor must control the electrical power source supplied to each of the cameras and provide video connection points for simplified System wiring. The ALPR Processor must have an operating input range of 10.516.5V DC at 90W. The ALPR Processor must be designed to meet the environmental conditions associated with a trunk-mounted unit under various temperature conditions. The System must provide for the simultaneous display of any two (2) cameras as selected by the User and configured by the System Administrator. The System must be capable of capturing license plates in any of the following modes: an adjacent lane on either side of the police vehicle while driving through traffic and/or parking lots traffic in an adjacent lane while parked on the side or shoulder of a roadway; any parking application from parallel to perpendicular parked car orientation with respect to the movement of the police vehicle
Page 40 of 106
7.5.1.6
7.5.1.7
7.5.1.8
7.5.1.9 7.5.1.10
7.5.1.11
7.5.1.12
7.5.1.13 7.5.1.14
7.5.1.15
7.5.1.17.4
an adjacent lane to capture the rear license plate of the vehicle as it passes the police unit or vice versa. The camera configuration must be capable of switching from one monitoring mode to another via the software application by merely pressing the corresponding On-Screen Function Button. The System must provide effective license plate capture at night and in reduced light situations and total darkness with no external lighting required. The System must have the capability to capture a still image of importance at the officers discretion using the color overview portion of the Camera. The System must have the capability to capture vehicle license plates at combined speeds up to 130 mph with license plate capture and read accuracy rates (referred to as System Efficiency) in excess of 85%. Bidder to provide independent test results from at least three North American law enforcement agencies verifying your accuracy claim. When the System is configured to utilize an independent ALPR processor, the ALPR Processor and the cameras must be developed, manufactured and supported by the same vendor. All camera cabling and camera connectors must be manufactured or assembled by the vendor that provides the ALPR System and all of the required components. All camera mounting bracket systems must be fabricated specifically for the vendors cameras and must be furnished by the vendor. In addition to the camera mounting bracket systems that attach to the vehicles emergency lightbar, the vendor must also provide cameramounting bracket systems that can be installed on those police vehicles commonly referred to as unmarked units or those with no roof-mounted lightbar. In addition to camera mounting bracket systems for marked and unmarked police units, the vendor must also provide a magnetic mount that is made specifically for the cameras. The Magnetic Mount is designed to be used for temporary deployment of the System. The system must also be able to be mounted in fixed locations such as light poles, traffic signal poles, utility poles, bridges, or buildings. The system must be able to read and process license plates accurately in High Traffic areas such as intersections, highways, or bridges. The fixed ALPRs must be powered by an uninterrupted power source, which may include hard wiring and/or solar technology. The fixed ALPRs must be refreshed with updated license plate database information wirelessly.
7.5.1.18
7.5.1.19
7.5.1.20
7.5.1.21
7.5.1.22
7.5.1.23 7.5.1.24
7.5.1.25
7.5.1.26
7.5.1.27
Page 41 of 106
7.5.2.6
7.5.2.7
7.5.2.8
7.5.2.9
The vendor is expected to manage the entire process for installation and relocation of fixed systems: gather permits, utility agreements, camera assembly/disassembly, installations, network setup, configuration, and testing. Software Specifications The application software must be capable of supporting multiple hot list databases including but not limited to NCIC Databases TCIC Databases Registered Sex Offenders vehicles North Texas Regional Wants and Warrants BOLO (Be On the Lookout) The system must allow a System Administrator the ability to add additional databases as necessary. The System Administrator must have the capability to define the police departments database/s and assign a color code and priority level to each database to be used when a match or a hit occurs, i.e., stolen vehicles, stolen license plates, sexual predators, armed felon suspects, registered parolees, etc. The data file transfer must be accomplished by either of the following methods, listed by priority, but not limited to: Wireless Ethernet The system must utilize security encryption technology to secure all data transmissions. The System must be able to be refreshed with updated data up to once every hour. The application software (GUI application) that resides in the police unit must be Active Directory compliant that provides for a User Name and Password as assigned by the System Administrator. The application software must be responsive in comparing a captured license plate against multiple and voluminous databases with less than a 1.5 second response to a query of a database/s containing up to 10,000,000 records. All license plate and system data remain the DPDs/Citys property and is not to be shared or shared amongst any system without the Citys written consent. The System should have the feature that allows hot list databases to be created in the field by authorized users and the authorized users must have the capability to add license plate data to the systems database/s while in the field. All license plate data added by the authorized user will remain a part of the selected database until the database is overwritten by the System Administrator or by a new or updated database/s. The System must provide a Rules Feature whereby the System Administrator can define license plate numbers and/or characters that can be interpreted in different variations or rules.
Page 42 of 106
7.5.2.10
7.5.2.11
The vendor must provide variants of the Optical Character Recognition (OCR) Engine that are tailored/designed for a specific State or regional license plate population As part of the vendors system maintenance agreement with the customer, Optical Character Recognition (OCR) updates and/or revisions must be provided as determined by the vendor to address changes in the States license plate population during the term of the maintenance agreement. The system must provide all of the following live, simultaneous video display of data for cameras as selected by the User: The IR License Plate Image The license plate interpretation or system read A corresponding color overview image of the vehicle displaying the captured IR license plate The date and time the data was captured by the System Identification of the Camera capturing the image The GPS Coordinates for every license plate captured by the System Even though the System must provide for the simultaneous display of two (2) Cameras as selected by the User, the System must also have the capability to be configured whereby up to all 4 Cameras are operating simultaneously and matching license plate data against the databases. When the system identifies a match or a hit of the license plate, the following additional data must be displayed in a timely manner on the systems Hit Screen: The color coded database indicating the name or title of the database as assigned by the System Administrator where the match occurred. All narrative text, if any, from the database where the match Occurred The Hit Screen must remain displayed until acknowledged by the officer, and while displayed, the system must continue to process license plate data in the background and all captured data must be stored in the System during this interval without any User intervention. In the event that a subsequent match or hit should occur while the original Hit Screen is displayed to the officer, the System must provide an audible and visual alert to the User that a second or subsequent hit occurred and the System is waiting for the (Users) officers intervention. The System must provide a touch screen feature to enlarge the vehicles color overview image so that the User can examine it in order to gain additional information about the overview image or the verification of information. The System must provide touch screen navigation capability for the police application GUI.
Page 43 of 106
7.5.2.14
7.5.2.15
7.5.2.15.1 7.5.2.15.2
7.5.2.16
7.5.2.17 7.5.2.18
7.5.2.19
7.5.2.20 7.5.2.21
7.5.2.22 7.5.2.23
7.5.2.23.1
7.5.2.25 7.5.3
The System must provide the System Administrator with the ability to customize audible alerts to differentiate between unique events within the software application. The System must provide a visual alert for each defined event that displays in the foreground regardless of other applications in use at that time if the Systems Client-Server Architecture is utilized. The System must provide the officer with the capability to mark a license plate read as a misread. The System must provide the officer with the capability to manually enter a license plate, via a vehicles MDC, for the purpose of searching that license plate against the Systems database/s. The System must provide the officer with the capability to review all of the following: hits license plate images and associated data license plate searches performed by the officer indicating the date and time the search was Conducted pictures The System must provide the officer with the ability to query the GUI application in the police vehicle to determine if a particular license plate is currently stored in the System. If the license plate data is in the System, the officer must have the ability to review each license plate capture and the associated System data displayed on the GUI application Review Screen to include: The IR License Plate Image The corresponding color overview image of the vehicle The date and time the image was captured and the GPS coordinates or the captured data The Proposer must demonstrate the systems ability to cohabitate with TriTech Software Systems VisiNet Mobile and Intergraphs inPursuit systems. Back Office/Analysis/Admin Specifications As part of the overall System and functionality, a customized back office software application must be provided by the vendor so the customer can manage all the data collected by each individual police unit, manage the database functions, provide reporting data and manage the user administration functions. The System must provide the ability to assign priorities to the various databases utilized by each police agency. The System must provide the System Administrator with the ability to configure for the regular import of national and local databases. The System must provide application security via Active Directory that requires a User Name and Password for each User as determined by the System Administrator. The System must provide the System Administrator with the ability to determine System user access levels based upon user responsibilities. The System must provide remote web access, via Internet Explorer 6.0 or higher, to stored data for analysis and reporting.
Page 44 of 106
7.5.3.4
7.5.3.5 7.5.3.6
7.5.3.7 7.5.3.8
7.5.3.9 7.5.3.10
7.5.3.11
The System must provide the ability to perform a full or partial license plate query against the databases. Examples include partial license plate numbers/letters with missing or unknown characters in varying positions on the plate. The System must provide the ability to query for license plate data based upon time, date, location and the user. The System must provide the ability to utilize a mapping function to plot or identify the locations of a particular license plate or identify all plates captured in a particular area during a particular time. The City currently uses ESRI mapping sofware and it would be ideal for the system to leverage existing mapping software. The System must provide the ability to utilize a mapping function to plot or identify the location of all hits. The System must provide multiple methods for downloading and uploading information between the vehicle and the back office application including Wireless, and Ethernet. A centrallized uploading process may be leveraged that would allow for patrol vehicles to automatically upload information upon returning to substations via wireless technology. System must provide a server network environment to facilitate the sharing of data between other police agencies as defined by the System Administrator. Other System Requirements A full and complete set of operating instructions shall be included for the system The vendor shall warranty the System to be free of defects in materials or workmanship. This warranty shall not extend to finish, appearance items, or malfunction due to abuse, neglect, misuse, accidents or operation under other than specified conditions. The vendor shall have a dedicated service department locally based in the Dallas/Fort Worth area and may not contract out the warranty or the follow-on service plan. Service response shall be within four hours from notification of system casualty. All hardware and software provided by the vendor must be covered under a 5-year parts and labor warranty at no additional cost to the customer during the first year of service. The Provider must furnish extended warranty/maintenance costs for both hardware and software for up to five (5) years from the date of System installation. After issuance of the Purchase Order, all hardware and software must be delivered to the customer site within five (5) weeks. The successful vendor must provide role based on-site System training for the System Users and the System Administrators as required by the customer. Vendor is responsible for providing electronic and hard copy documentations. City will be responsible for providing an environment conducive to learning.
Page 45 of 106
7.5.5.2
7.5.5.3
7.5.5.4
7.5.5.5 7.5.5.6
7.5.5.7
7.5.5.8
7.5.5.9
The successful vendor must provide System installation and/or System installation oversight based upon the customers requirements. The successful vendor must provide local field support and provide onsite or offsite support, at a minimum, between 8:00 AM 5:00 PM CST. The vendor will serve as a single point of contact, and provide the name, address and telephone number of the individual to contact when both on-site and remote maintenance is required. The vendor shall further provide escalation procedures and contact names and numbers to be used when normal maintenance procedures are not adequate to resolve problems. All System documentation must be furnished in electronic format. All training material must be furnished in modifiable electronic format. The IR cameras must meet eye safe certification standards, as established by an international testing agency. The IR cameras must be sealed to IP67 Standards. Vendor must assist City of Dallas/Dallas Police Department in testing the license plate scanner implementation.
Page 46 of 106
8.2 Proposers Third Party Software Should Proposers propose third party software as a part of their proposal; the City will consider and negotiate with the respective third party ALPR System Software Provider for licenses and maintenance. The City recognizes that the Proposer may not be the ALPR System Solution Provider and the City will accept a direct contract from the software solution provider. This is subject to City policies as presented in Section 6.0 Statement of Work, Section 7.0 Functional and Technical Requirements and Section 9.0 Proposal Pricing. Proposers or their subcontractors should not include project associated labor in these license agreements. All labor that is not a part of the license fee should be contracted under the Acquisition Agreement. Proposers should submit their third party Software licenses modified as noted above for RFCSP Sections 6.0 Statement of Work, 8.0 Contract Terms and Conditions and 9.0 Proposal Pricing The City will also accept a proposed base license with a written explanation of how the license is to be modified. Proposers should also ensure any modifications noted as to be delivered with the base software in Section 8.0 Contract Terms and Conditions are properly contracted under the license. 8.3 Citys Hardware Agreement The maintenance agreement for hardware and related software is attached as a file entitled Turnkey System HW SW Maintenance. 8.4 Citys License Agreement The City requires the use of its License Agreement for software acquisitions. This agreement is attached as a file entitled Turnkey System License. This agreement will be used for the following circumstances: For software published by or licensed by the proposer and used for this project. For software developed by the proposer for this project. Where the Proposer acts as an integrator and supplies other software that may or may not be owned by the Proposer, the City may require a perpetual license agreement directly with the software publisher. The successful responsive/responsible Proposer is responsible to ensure that the City receives all the necessary licenses to ensure the turnkey system operates perpetually. 8.5 News Releases The Proposer will not make any news releases, public announcements or public disclosures, nor will it have any conversations with representatives of the news media, pertaining to this RFCSP, the contract, or the services, study, data or project to which this RFCSP and the contract relate, without the prior written approval of the City, and then only in accordance with explicit written instructions from the City. 8.6 Statement of Proposal Effective Period Proposals, including pricing, shall be valid for a minimum of one hundred fifty (150) days from the proposal opening date. If the evaluation process takes longer than this, the City may have to request an extension from some, or all Proposers. Proposers should state the effective period in your proposal Section 8.0 Contract Terms and Conditions.
RFCSP DPD ALPR System Page 48 of 106
After award of contract, any maintenance or improvements in service or other enhancements or features made generally available to customers should also be immediately extended to the City. Specific pricing should be detailed by the following areas: 9.1 ALPR System License and Maintenance The following pricing pertains to items required by the system as a whole. 9.1.1 Initial One-time ALPR System System License Fee Proposers should include their initial one-time license fee. Such fee shall include all terms and conditions as specified in this RFCSP. Should the proposer charge maintenance during the initial first year (defined in the contract), such fees should be specified in this section of your proposal. 9.1.2 On-going ALPR System Maintenance Fees Provide complete pricing inclusive of any price escalation clauses for the period starting on the 13th month after acceptance of the initial delivery of the ALPR System software. 9.1.3 Third-party Software License Fees Proposers should clearly specify all one-time fees for third party software. Specifics as to first year maintenance costs should be defined. If these fees are separately charged, please specify. 9.1.4 On-going Third-party Software Maintenance Fees Provide complete pricing inclusive of price escalation clauses for the period starting in 13th month after acceptance of the initial delivery of the ALPR System software. 9.1.5 Billing Terms City will pay for software upon acceptance of the initial delivery of the ALPR System Software, or any other affiliated and priced software.
9.2 Proposed Hardware Environment The proposer shall be required to make some assumptions about the Citys environment or about specific requirements. Any assumptions made by the Proposer in regard to this RFCSP shall be documented in this section. The City understands that not all Proposers are in the business of selling hardware. However, the City requires that the Proposer provide detailed hardware specifications and reasonable prices for all required hardware, and clearly indicate whether or not the Proposer is willing to supply said hardware to the City. The City will pay for hardware upon acceptance of the initial delivery of the Hardware, or any other affiliated and priced software. All equipment proposed will be new, recently manufactured, without any used or refurbished components or sub-assembly. Equipment specified shall consist of off-theRFCSP DPD ALPR System Page 50 of 106
shelf components, and will include the latest models, versions and releases of all components, hardware, and firmware. Original invoices for equipment purchased for the City will be the responsibility of the successful Proposer and should be turned over to the City upon acceptance of the equipment by the City following installation and proof of successful operation by the Proposer. Following acceptance, the Proposed should present the City with itemized manufacturers statements indicating that the City of Dallas is the registered owner of said equipment. Proposer shall provide price options regarding service equipment, which should reflect the Proposers provision and installation of all service equipment. Proposals should also include the cost of maintenance for the available maintenance and extended service maintenance agreement options to cover the System for a 5 year period. 9.3 Implementation 9.3.1 Payment As previously discussed, the City will enter into a Fixed Fee agreement for the project. Payment options will be negotiated between the City and Proposer. Final 10% of Total Payment will be witheld for 60 days following the completion of the solution. Upon satisfactory performance the remaining 10% payment will be released. Completion is defined as successull installation of all vehicle and mobile ALPR installations, as well as succussfully installed and tested back office software 9.3.2 Pricing for Change Control Items Proposers should provide a summary of the pricing for change control items listed as separately priced items in the Functional and Technical Requirements matrices of Section 7.0 in this section of their proposal. Please note that this total should be included in your project costs as a part of Section 9.3.1. Pricing in Section 9.3.2 simply a summarization of Section 8.0 Contract Terms and Conditions Change control for this project shall include both increases and decreases in scope, duration and staffing. Specifics include: City shall reduce scope and related fees of functional requirements for the price as stated in the Functional Requirements (Section 7.0) of the Proposers response by removing any of these functional requirments. Scope reductions for requirements that are considered in-process will be mutually negotiated. Functional increases and deceases in scope shall be traded. Proposers should submit a fee schedule that will be the basis of their pricing of change orders. Proposers should state this response as a rate per hour. 9.3.3 Pricing for Extensions to Post Implementation Support Proposers should provide pricing for possible extensions of their services under the Post Implementation Support as specified in 6.3.24 Post Implementation Support 9.3.4 Base Pricing Proposers should provide pricing for the base proposal inclusive of all hardware, software, maintenance, professional services and communications to provision the
RFCSP DPD ALPR System Page 51 of 106
ALPR System software to the end users of the City. This pricing should also cover your same services for the Implementation Project. 9.4 Options Pricing Proposers should propose the scope as requested in the Sections 8.1 through 8.3 above. However, should any Proposer have options to their proposal that clearly falls outside of the scope of the project, such options should be priced separately here inclusive of any considerations for invoicing, payments, contract terms, or conditions. Proposers should ensure the City understands the scope of the proposed option and should submit an Appendix to cover the nature of any option. 9.5 Travel Expenses As this RFCSP is requesting a fixed fee, proposers should include all costs inclusive of travel expenses as a part of the fees in the Sections 9.1 through 9.4. Travel expense must be in agreement with City of Dallas travel policies or Federal Travel Regulations (Code of Federal Regulations (CFR) chapters 300304 for Texas, whichever is lower. 9.6 Price Agreement The price agreement should contain component prices for all parts and services used in the acquisition, installation, and other professional services as may be necessary to expand the utilization of the system.
The City will be responsible for performance of the communications architecture within its own firewall. Proposers should indicate any required changes due to their proposed ALPR System Solution. Business Continuity Architecture The Proposer should put forth a Business Continuity Plan(s) that meets accepted industry standards as defined by the Business Continuity Institutes, Good Practice Guide and Publicly Available Standard (PAS) 56. Proposers should specify a mirrored ALPR System environment. Proposers should also plan for Disaster Recovery Plan. Proposers Plans for Growth or Reduction of Citys Processing Proposers should specify the upgrade/refresh plans for the production environment inclusive of hardware and software. Proposers should describe how growth or reductions will be accomplished addressing such factors as; increasing/decreasing licenses and their related increments, hardware sizing, and any associated network or ancillary requirements.
Page 54 of 106
LP Captures/Tagging
Reporting/Analytics Queries
ALPR System
Query Results
LP Data
License Place Databases NCIC TCIC Registered Sex Offenders Regional Wants/Warrants BOLO
Page 55 of 106
1.1 1.1.1
System License and Maintenance Initial One-time Patient Assessment License Fee This fee includes maintenance during the initial first year. Indicate yes or no. If no, cost of first year maintenance (contract sign date through 12th month)
Yes
No
$$$
1.1.2
On-going Maintenance Fees (include price escalation clauses if appropriate) 13th month thru 24th month 25th month through 36th month 37th month through 48th month 49th month through 61st month
$$$
1.1.3
$$$
These fees include maintenance during the initial first year? Indicate. If no, cost of first year maintenance.
Yes
No
1.1.4
On-going Third-party Software Maintenance Fees, including Price Escalation Clauses 2nd year, starting in 13th month after contract date 3rd year 4th year 5th year
$$$
1.2
$$$
Description:
1.3 1.3.1
Implementation (Includes Professional Services Fees: Project Management, Training, etc.) Implementation Fees Description or Phase:
Phase
$$$
1.3.2
Change Control Items Totals of Section 6.0, but price contained in 8.3.1:
$$$
Hourly Rate for Change Orders 1.3.3 Extensions for Post Implementation Support Describe duration and staff size reductions or increases. $$$
1.4
Proposer Options: Instructions: List and describe options to the above price schedule, including recurring and follow-on costs. Reference the numbered subsections above.
$$$
Page 57 of 106
Appendix C Reports
The City will be relying on the vendor to identify their reporting capabilities and the voting committee will be reviewing and evaluation the reporting capabilities of each vendors offerings. Report Name The Solution shall provide a database schema and entity relation diagram (ERD) to facilitate the creation of any necessary reports to reflect any collected data within the application. The Solution should contain the ability to create electronic reports triggered by entering a date span, choosing to view files by one officer, with the ability to sort and provide counts and viewed on screen or printed hard copy. All reports should be on-line accessible as well as have the ability to print on hard copy. Selection Criteria Fields on Report Description
Page 58 of 106
City of Dallas
McAfee VirusScan 8.0i McAfee VirusScan 8.0i, managed via the Common Management Agent by the McAfee ePolicy Orchestrator, is the product of choice for the City. The City expects the Proposer to work with City staff and the McAfee vendor to incorporate upgrade and maintenance agreements within the Citys current agreements with McAfee. BMC Performance Manager BMC is the product of choice for the data center operations to monitor the health of the computing environment. The City expects the Proposer to work with City staff and the BMC vendor to incorporate upgrade and maintenance agreements within the Citys current agreements with BMC. ESRI GIS ArcView 9.1 ESRI is the product of choice for the GIS needs in the City. The City expects the Proposer to work with City staff and the ESRI vendor to incorporate upgrade and maintenance agreements within the Citys current agreements with ESRI. 2.0 Product Licensing a. All licensing of software will revert to the City. Product licensing shall grant the City full use of the product, services and upgrades. b. Proposers should include a provision for 5-year maintenance and warranties. c. The City may elect to present to Council a price agreement in addition to the final contract to pay for future maintenance costs. It is anticipated that the duration of the agreement will be 60 months. d. The City desires an Enterprise license agreement. Proposers should describe their standard for concurrent users. 3.0 Third Party Licensing The successful Proposer will provide all ancillary software related to the entire environment, including monitoring, backup and recovery software. Licensing for third party software should revert to the City. Proposers should note whether the City already has licenses for the proposed software and shall work with the City and its Vendors to incorporate these new licenses under the Citys existing maintenance agreements. At no time will the City accept freeware or unsupported products in conjunction with the proposed solution. The only exception to this relates to products developed by US governmental agencies to be used by local, state, or other federal agencies.
RFCSP DPD ALPR System Page 60 of 106
4.0 Hardware 4.1 Desktops The Citys current standard is DELL desktop running Windows XP Professional SP2. The City uses IE 6.0. The City does not currently support Windows VISTA or IE 7.0 4.2 Server Hardware & OS a. The City uses Intel based rack-mounted client server technology. b. INTEL Dual-Core Xeon processors c. Minimum 3 GHz Processors d. Minimum 4 GB RAM e. Dual NICs f. Dual Power Supplies g. The proposal should include rack, KVMs, and all necessary components to be fully functional. h. The Citys Operating System standards are: Microsoft Server 2005 or better Solaris v10 i. The solution should employ a dual server configuration in an Active-Passive configuration to maximize use and provide redundancy. j. The City currently uses Windows based platforms (IBM, Dell) and Sun Solaris based platforms. The successful Proposer will offer solutions to one or the other of these platforms. The Proposer should specify any exceptions. k. Servers must be rack mounted. l. The City expects servers to contain full size 32-bit PCIe cards. m. The City expects a high availability configuration for both application and data. n. The City expects the capability for each server could be used at the same time. o. Each rack is to have redundant power supplies and include a patch panel for network connectivity. p. Cabling within racks shall be properly secured and labeled on both ends with the port and IP Address. q. Power requirements for all components, including amperage draw, power circuitry required, power distribution unit (PDU) capacity rating and configuration examples that show total power draw and requirements per PDU r. Hardware specifications shall include Temperature and Humidity requirements. s. Applications running on the server must run as a service. All servers must be able to be logged off. t. Windows based servers are required to have McAfee installed and running. Proposers shall include in their proposals any known issues or conflicts with their solution and McAfee. u. Proposers shall provide a certification matrix for all software proposed for their solution including specific versions in conjunction with the hardware proposed. v. Application Server may have a choice of using IIS, Apache, etc. w. Web Server can be a Choice of IIS, Apache, or Sun Java. x. Data management (DBMS) can be SQL or Oracle.
Page 61 of 106
5.0 Application Technology a. All resident server software must be run as a service. The service can authenticate using a Local System Account. b. The Citys preference is for thin client browser based applications with no footprint on the workstation. c. Proposers are to adhere to the City of Dallas Web Linking Policy. d. Any web applications should be developed in .NET, ASP, Java, or PHP. e. Interfaces should be XML capable wherever possible. f. The solution should take advantage of advanced caching such as navigation or content object caching. g. The solution should take advantage of page caching to optimize performance. h. The solution should provide Application Program Interfaces that can be plugged in as necessary. i. The solution should address Load Balancing to assure user sessions can be passed between all nodes transparently. j. Proposers software should be able to integrate easily with several other systems using industry standard methods. k. Proposer should provide the information regarding database and file structure needed for a third party to construct or configure interfaces. l. Additional specifications on the existing systems will be provided to short-listed Proposers. 6.0 Data Storage The Citys current standard is a Hitachi Thunder SAN with data storage at RAID 5. 7.0 Data Back Up The City uses Veritas to back up data. 8.0 Data Bases a. The Citys standard databases are SQL 2005/2008 or Oracle 11g. b. Proprietary data bases are not acceptable. c. Product design and modularity should allow it to be ported to smaller and/or larger platforms without the need for redesign and/or reconfiguration.
10.0 Security
10.1 General Security Requirements a. The system should comply with the U.S. Department of Justice Criminal Justice Information Services (CJIS) Division CJIS Security Policy version 4.4 or better. City authentication services is based on Active Directory.
Page 62 of 106
b.
c.
WLAN Mobile Computing should adhere to the 802.11a, g or n standard or better; d. Proposer to provide a diagram indicating placement of all firewalls; e. All Internet traffic should be encrypted; f. All FTP traffic should be in-flight encrypted; g. Malware Protection Requirements o Any device attached to the City network shall install and run adequate protection against malware, if that device is vulnerable to malware infection or attacks. This includes, but is not limited to, servers, workstations, laptops and some mobile devices. Protection shall include, but is not limited to, antivirus and anti-spyware programs. o The Citys preferred vendor of malware protection is McAfee from Network Associates. Other vendor products may be considered, but will be reviewed and approved by CIS Information Security. The installed malware protection should be kept up to date with all signature files and all patches, updates and upgrades that the anti-malware vendor may supply over time. o In addition, the devices attached to the network shall be kept current with all patches and updates to the operating system that may be released in response to discovered security vulnerabilities of that system. h. The system/security administration should have, at minimum, the ability to assign different user profiles based on individual and group classifications and sub-classifications and assign differential access privileges; and should be active directory aware using the Citys active directory infrastructure. i. Server User ID/Passwords should conform to City standards. At no time will a generic Server User ID/Password be assigned to Administrators; j. The application should not grant access to the user until the application can authenticate the user based on user id and password. k. All security administrator procedures should be supported by a detailed logging, auditing and reporting capability. l. The Offerors proposal should provide a detailed description of the security roles supported by the proposed solution. At a minimum the proposal should describe the granularity, types and levels of security roles allowed by the proposed software. m. Proposer will be required to adhere to the Citys Security Policies to be attached; n. Proposers solution will fully integrate with Active Directory i.Kerberos Authentication; ii.LDAP Authentication; iii.NTLM Authentication WILL NOT BE ALLOWED. o. Windows based servers are required to have McAfee installed and running. Proposers shall include in their proposals any known issues or conflicts with their solution and McAfee existing on the same server or workstation. Proposers should be prepared to defend exclusions of components from McAfee scanning; p. Proposers Project Team (including any subcontractors) using their own equipment on the Citys network is required to maintain a current version of a virus protection product. Failure to do so may cause the City to hold the Proposer responsible for damages and recovery costs;
RFCSP DPD ALPR System Page 63 of 106
Winning Proposers Project Team to access solution through a VPN if offsite; r. Provide a function for administrators to monitor who is logged on with the capability of killing the session; s. Proposers should identify any limitations of their solution using the city's proxy servers. q. 10.2 The Proposers package should include the following provisions for security a. b. c. d. Provision for security and auditing capabilities. Allowance for inquiry only access to system data. Allowance for configurable security. Describe the utilization of encryption technology when communicating with remote users (i.e., handheld devices and laptops). e. Any Internet traffic must have minimum128-bit encryption f. Any FTP traffic must have minimum 128-bit encryption. g. Server user ids/passwords must conform to City standards. h. At no time will a generic server user id/password be assigned to Administrators. i. Proposer will be required to adhere to the Citys security policies. 10.3 Virus Protection a. All desktop, laptop, and server computers that connect to, or share data with, any other computer on the City of Dallas network shall be protected against infection from viruses. The Citys standard for virus protection is McAfee for both servers and workstations. b. Installation means that the product should be properly installed and functional and set to scan all files on the computer in an on-access mode. Files to be bypassed from scanning will be approved and documented by Citys Security Architecture division; and will be approved. c. Proposers shall include in their proposals any known issues or conflicts with their solution and McAfee existing on the same server or workstation. Proposers should be prepared to defend exclusions of components from McAfee scanning.
10.5 User ID / Password The Citys standard is Active Directory. The application should integrate with an LDAP compliant directory for security services such as authentication and/or authorization.
10.6 Data Security The Citys standard is that all data leaving the Citys network be encrypted. 10.7 Encryption a. Must comply with the FBI CJIS security requirements. b. Proven, standard algorithms such as 3DES, Blowfish, RSA, RC5 and IDEA should be used as the basis for encryption technologies. For example, Network Associate's Pretty Good Privacy (PGP) uses a combination of IDEA and RSA or Diffie-Hellman, while Secure Socket Layer (SSL) uses RSA encryption. Symmetric cryptosystem key lengths must be at least 128 bits. Asymmetric crypto-system keys must be of a length that yields equivalent strength. c. The use of proprietary encryption algorithms is not allowed for any purpose, unless reviewed by qualified experts outside of the vendor in question and approved by the Citys Information Security / Security Architecture division. d. Data Ownership & Access:
RFCSP DPD ALPR System Page 65 of 106
o All data is and must remain the sole property of the City of Dallas. o All tools and capabilities native to the database should be available to the City of Dallas to allow for full access to that data. o Database query, extract and download capabilities into external formats should be completely operational and available for appropriate City personnel to access. o The Proposer may not use data owned by the City of Dallas for any purpose without the express written consent of the appropriate City representative. o The Proposer should supply the City of Dallas with a data dictionary in electronic format.
10.8 Installation Requirements: The Proposer will be responsible for training CIS personnel on the installation of the mobile applications as well as on-going support, maintenance and imaging of all mobile hardware. Offer should provide coordination of co-habitation and integration at the proposers expense. Additionally, Proposer should provide the installation kit for all automated processes that are necessary for the successful implementation of the proposed software solution. This kit should include the database installation script. The installation kit should be free of viruses and should not come with any material/configuration specific to other Proposers customers. The mobile client installation kit should be in the form of software installation. The City utilizes CA Desktop Management Suite and ConfigureSoft to package and deliver software for installation. Vendor will be responsible for working with CIS personnel to develop these remote installation packages for unattended installation. 10. 9 Product Support: The City requires product support for the implemented system. The proposed method of product support that addresses problems/defects should be included in the proposal. The proposed method of product support should include a support staff access phone number for use by the City. This is to include all the support that is proposed to be used, such as a toll-free telephone number, voice mail, email, live person, etc.
10.10 Vendor Access The Citys standard is RDP via VPN for server support. 10.11 Vendors and Consultants a. The City maintains connectivity with outside agencies. Any connection from these agencies will be from a Virtual Private Network (VPN) connection, if Proposer (or any of their affiliates) is offering a web-based solution. Configuration for establishing the VPN connection and all associated costs should be included in proposal. Any
RFCSP DPD ALPR System Page 66 of 106
connectivity by the Proposer from outside the Citys facilities should be Cisco-based LAN-to-LAN using Microsoft native support tools (RDP) b. Depending on the frequency and/or number of support personnel involved, the City will disallow use of the VPN client connection for remote access or support, and may instead require vendors / consultants or outside agencies to use a site-to-site VPN tunnel for remote access to the City of Dallas network. 10.12 VPN Standards for Access and Configuration a. It is the responsibility of all authorized users of City of Dallas VPN access to ensure that unauthorized users are not allowed access to the City of Dallas internal networks including family members or others who may normally share non-City owned equipment. b. VPN access by individual users will be controlled through authentication to their Active Directory domain account. c. When actively connected to the corporate network, VPNs will force all traffic to and from the PC over the VPN tunnel; all other traffic will be dropped. d. Dual (split) tunneling is NOT permitted; only one network connection is allowed. e. VPN gateways will be set-up and managed by the Citys Information Security division. f. All computers connected to the Citys network via VPN or any other technology must use an up to date industry certified virus protection product in accordance with City of Dallas anti-virus standards; this includes non-City of Dallas owned or provided equipment. g. VPN users will be automatically disconnected from the Citys network after 30 minutes of inactivity. The user should then logon again to reconnect to the network. Pings or other artificial network processes are not to be used to keep a connection open. h. No time limit will be placed on an active VPN connection. The only limit on VPN connection time will be through enforcement of disconnection after 30 minutes of inactivity. i. When practical, maintenance (any planned downtime event not in response to a system outage) of VPN will be limited to non-critical or times of least activity (if such a period is identifiable); such maintenance will be performed in accordance with City of Dallas Change Management procedures. If using computers that are not City-owned equipment to access the Citys private network through a VPN connection, to minimize risk, the user should configure and maintain the equipment in accordance with, or exceeding, City of Dallas
Page 67 of 106
j.
Desktop and Security standards (including an industry standard OS level, up to date software, and security patches). k. Proposers should identify any limitations of their solution using the city's proxy servers. 10.14 Software Maintenance The Proposer should make available to the City at no additional charge all updates to the software as they are released so long as the City is currently under the Proposers software maintenance agreement. 10.15 Training Requirements The City requires a hybrid training approach that utilizes both Proposer-supplied trainers as well as a train-the-trainer (TTT). a. The City requires that the software and network infrastructure be in go-live condition prior to the first train-the-trainer session. This should include end-to-end testing in the training environment to ensure system readiness and stability. b. The City will provide space sufficient for conducting the training, as well as secure site for the storing of the training equipment. c. The City requires several types of courses. The type and number of sessions required are: i. System Administrator: One (1) class session with a maximum of twelve (12) students. The length of the session is to be proposed by offeror and will be negotiated with the City during negotiations with the successful offeror. The class session will include hands-on instruction on all content related to the technical side of administering the software, server and database. ii. Train-the-Trainer: Class sessions with a maximum of 12 students per session. The class sessions will include the same hands-on instruction as the end-user class plus best-practices tips for delivering the material and of practice stand-up training by each participant. d. The Proposer is responsible for syllabi and training materials to perform all levels of training adequately. End-User guides and job aids/quick reference cards shall be developed primarily by the Proposer. All material should be provided in electronic format that can be modified with no restrictions on duplication or dissemination. The DPDTraining Coordinator shall have the right to reformat all documents as deemed necessary to match internal style use. e. If the go live date is significantly delayed due to the Proposers actions or faults, any repeat training sessions of the courses listed in Item c above of the RFP, as determined by The City, should, be performed at no cost to the City.
RFCSP DPD ALPR System Page 68 of 106
c. All work shall be in accordance with the respective drawings, written specifications, supplemental information, industry standards, trade practice, and applicable regulatory agencies. All work will follow all such standards and procedures referenced by AIA, ANSI, BICSI, CFR, IEEE, NECA, NEMA, OSHA, UL, TIA/EIA-568 Wiring Standards, TIA/EIA 569, TIA/EIA 606, TIA/EIA-607. d. All cable, racks and hardware will be bonded and grounded in accordance with the National Electric Code. All work shall be performed by competent workmen and executed in a neat and workmanlike manner providing a thorough and complete installation. e. The engineering of cable plants will be designed by an RCDD certified engineer.
f. All onsite installation technicians will have completed the IBDN 700 2 day Nordx training course, along with one technician, who has completed the IBDN- 950 10 day Nordx training course. g. All workmen shall properly protect the work site during installation, including shielding of soft or fragile materials, protect against dust or dirt, protect and support cable ends off the floor from other trades and construction. h. All workmen shall abide by all applicable state and county building and OSHA regulations. All work shall be Telecommunications Industry standard specification quality. i. j. k. Provide System architecture diagrams and narrative for the proposed solution. Submit bandwidth requirements. Submit all System connectivity requirements.
12.0 Citys FTP System a. The City maintains two anonymous FTP Servers. One is for internal use only; the other can be used internally or externally to the City. b. The City does provide a user name and password for files placed on these servers for sensitive data. For short term use, the user account expires after 24 hours. c. The size limitation on these servers is governed by connection speed. Current tests indicate a minimum of 20MB can be placed on these servers before the connection times out. d. The expectation is the Proposers solution will be able to post/retrieve data from these sites as needed.
RFCSP DPD ALPR System Page 69 of 106
13.0 Citys Email System a. The City uses Microsofts Outlook running on Exchange 2003 b. The expectation is the solution will be able to transmit emails as needed to the mobilization teams or to interested parties. 14.0 Citys Enterprise GIS (ESRI GIS ArcView 9.1) a. Enterprise GIS consist of ESRIs proprietary ArcView, ArcGIS and ArcSDE geographic information system software designed to provide spatial analysis for City decision making, mapping and planning/forecasting. Enterprise GIS components are imbedded into several enterprise programs currently running at the City of Dallas such as Computer Aided Dispatch (CAD), 311 Customer Response Management System (CRMS), Land Management System (LMS) and Capital Project Management System (CapPro). b. Expectation is that the solution will to be able to retrieve location information by selecting an area on an ESRI map using ESRI tools. The volume of GIS data collected will vary by incident.
Page 70 of 106
City of Dallas
Page 71 of 106
Note: Please provide a copy of all published white papers related to this product. These papers must be available to the City of Dallas at least one week prior to any presentation. Company Representative Name and Position:
Date questionnaire completed: 1. CIS Application Development: Product Name Product Version
Question Will we have access to database schema (entity relationship diagrams, keys, etc.) and data dictionary necessary for City IT staff to understand and access database tables as needed for purposes of report development?
Vendor Response
Question We need diagrams documenting the application architecture and the various components involved in its support.
Vendor Response
Question We need all technical details related to the software platform (OS, RDBMS, etc.).
Vendor Response
Vendor Response
Vendor Response
Page 72 of 106
Question How much of the applications design, components, etc. are proprietary?
Vendor Response
2.
CIS Data Center Facilities: Question Give a brief description of the server environment. Vendor Response
Question Provide the exact number of servers that will be involved in this project.
Vendor Response
Question List the recommended vendor and model number of each server and other hardware regardless of the delivery date(s).
Vendor Response
Vendor Response
3.
CIS Database Systems: Question How much information is the system expected to process? Vendor Response
Question How many people will use the system at the same time?
Vendor Response
Vendor Response
Page 73 of 106
Question What type of information will the users be entering into the system?
Vendor Response
Question How frequently will they be entering this information into the system?
Vendor Response
Question What type of legal requirements will the system adhere to?
Vendor Response
Question What type of uptime is the system expected to have? Example: 24 hours daily, 12 hours daily, 8 hours daily Database Engine Software Question What platform is the vendors Database Engine hosted Options: 1. Microsoft Windows SQL 2. Oracle On Microsoft Windows 3. Oracle on Unix 4. DB2 on Microsoft Windows 5. DB2 on Unix
Vendor Response
Vendor Response
Question Does this system require a minimum database version in order to operate normally? If the answer is YES to the question, please provide responses to the questions below:
Vendor Response
Question Database Engine Minimum Version: 1. 2. 3. 4. 5. Microsoft Windows SQL Version Oracle On Microsoft Windows Version Oracle on Unix Version DB2 on Microsoft Windows Version DB2 on Unix Version
Vendor Response
Page 74 of 106
Question What is the volume of data that this system is going to handle?
Vendor Response
Question What is the structure of the database engine license. Options Include: 1. Server License 2. Processor License 3. Client Access or Named User License
Vendor Response
Question If the license structure is Processor License, what is the vendors recommendation for a minimum processor requirement
Vendor Response
Question If the license structure is Client Access or Named User License, please provide additional responses to the questions below: What is the minimum database license count the business unit is expecting at Go-Live What is the estimated growth rate in database license count by year 2. What is the estimated growth rate in database license count by year 3 and beyond Question Does this system require additional licensing for the application tier components? If the answer is YES, please provide additional responses to the questions below: What is the minimum application license count the business unit is expecting at Go-Live What is the estimated growth rate in application license count by year 2. What is the estimated growth rate in application license count by year 3 and beyond Question Will this system have messaging capabilities built in internally or will it utilize other messaging system for messaging services?
Vendor Response
Vendor Response
Vendor Response
Page 75 of 106
Question What OUTBOUND interfaces does this system provide? This may include both vendor provided interfaces and third party interfaces, including those presently being used in the City of Dallas. Please provide the number of interfaces, their resource requirements, whether they are automated or manual
Vendor Response
Question What type of ETL tools will the vendor provide for implementation?
Vendor Response
Database Security Question How will clients connect to this system. The options are listed below Options Include: 1. Connections are through web access 2. Connections are through direct client connection Please note Network and Security groups may request additional information. Including the recommendation for the purchase of SSL (Secure Socket Layer) Certificates Hardware Question What is the vendors hardware recommendation? Vendor Response Vendor Response
Question Is this system a turnkey system? If the response to the above question is YES, please provide responses to the following questions. How many servers is the vendor recommending for this system How many of these servers will be used for database hosting How many of these servers will be used for application tier hosting How many of these servers will be used for web interface hosting Will the vendor be responsible for managing all hardware issues Will the City of Dallas be required to provide sizing RFCSP DPD ALPR System
Vendor Response
Page 76 of 106
Question If this system is not a turnkey solution, has the vendor provided, or will provide hardware sizing recommendation to guide the City of Dallas in sizing and scaling the hardware for this system?
Vendor Response
Question Will the vendor provide an architectural design document to use during the implementation?
Vendor Response
Question What is the minimum number of processor count that this system requires in order to function normally?
Vendor Response
Question On what platform is the vendors operating system solution hosted: 1. Microsoft Windows 2. Unix Solaris 3. Unix Linux 4. Unix AIX 5. Unix System V
Vendor Response
Question What type and class of server is the vendor recommending? Examples include the following classes: SUN Servers Sun Fire X2100, X4200, V240, V490, V890 Intel Servers IBM 3500 series, etc.
Vendor Response
Question What is the amount of physical memory that this system requires in order to function normally. This amount does not include the memory already allocated by the operating system to the database engine.
Vendor Response
Question Does this system require storage on the production SAN or will it be using the storage on the local RFCSP DPD ALPR System
Vendor Response
Page 77 of 106
server?
Question If this system requires storage on the local server, what is the minimum amount of storage required for this system? Please do not include storage of other system on the server.
Vendor Response
Question If this system requires storage on the production SAN, what is the minimum amount of storage that this system requires? Please do not include global swap space already reserved by the database engine.
Vendor Response
Question Does this system require exclusive access and use of the server hardware?
Vendor Response
Question If the response to the above question is YES, is the reason for using this system on an exclusive server hardware because of Legal reason, business unit requirement or other reasons?
Vendor Response
Question Does this system require hardware encryption to protect its data during normal operations? If the response is YES, please provide additional information on vendor recommendation for a hardware assist encryption.
Vendor Response
Question If the database type is 2 tier or 3 tier, please provide additional information on the questions below: Will this system require a separate web server in order to communicate with its dependent tiers? Select the most appropriate responses from those listed below: 1. 2. 3. This system requires exclusive web server This system will run web services inside the database engine space This system will run the web services inside the application tier space
Vendor Response
Page 78 of 106
Question If this system has a web component, what type of web services will it use in production? Options Include: 1. Windows IIS 2. Tomcat 3. Apache 4. IBM WebSphere Portal
Vendor Response
Question Will this system require load balancing? In a high network traffic environment, load balancing is implemented to efficiently distribute network traffic loads evenly among the various servers.
Vendor Response
Question What type of reporting will this system provide. Please select the reporting types from the list below: 1. This system will provide reporting to all business units using built-in reporting functionalities 2. This system will provide reporting to all business units using external reporting engines 3. This system will not provide any reporting
Vendor Response
Question If the response to the question above is 1 or 2, does vendors implementation allow for separation of reporting instances between separate servers?
Vendor Response
Question Will there be a need to maintain a very high availability environment? If the response is YES, please provide responses to the questions below: What type of clustering solution does the vendor recommend? Options include: 1. Hardware clustering 2. Software clustering
Vendor Response
Question What mode of clustering does the vendor recommend? Options include: RFCSP DPD ALPR System
Vendor Response
Page 79 of 106
1. 2.
Question Is this system very critical, requiring a Business Continuity planning as part of the scope? If the response to this question is YES, please provide additional information below. How long can this system be off-line and unavailable before a switch to another system is made Question What type of replication is the vendor recommending for Disaster Recovery purposes?
Vendor Response
Vendor Response
Vendor Response
Question Is there a need for a separate archiving storage? If the response to the above question is YES, please provide responses to the following questions: 1. What is the estimated annual data growth rate 2. What is the size of data that needs to be archived 3. Are there any legal requirements for archiving some data and not archiving others 4. What types of parameters are to be used to process archival data. Examples include dates, types of records, etc 5. At what frequencies will the archives be performed Question Will there be a need to conduct training sessions using separate hardware? If the response to the above question is YES, how many servers is the vendor recommending.
Vendor Response
Vendor Response
Question Will this implementation require hardware, separate from the production hardware to perform data migration? If the response to the above question is YES, how many servers is the vendor recommending. RFCSP DPD ALPR System
Vendor Response
Page 80 of 106
Question Will this implementation require hardware, separate from the production hardware to perform regular testing, development, updates, and proof-of-concepts prior to moving to production? If the response to the above question is YES, how many servers is the vendor recommending. Non-Database Software Question Is there any customized software, interfaces that this system requires? Question What type of ETL tools will the vendor provide for implementation?
Vendor Response
Vendor Response
Vendor Response
Question Provide the names of the customized software, interfaces that this system requires.
Vendor Response
Question Provide the development platform for these customized software and interfaces.
Vendor Response
Vendor Response
Question How will this software and other software for this system be installed? Options include remote installation or direct access installation
Vendor Response
Question How will patch management be implemented on this system and who will be responsible for it?
Vendor Response
Question At what frequency will the vendor provide patches and upgrades to this system? RFCSP DPD ALPR System
Vendor Response
Page 81 of 106
Question What mode will the patches and upgrades for this system be delivered in: Options Include: 1. Patches and upgrades from the vendor delivered through installation media 2. Patches and upgrades from the vendor delivered through manual web download Patches and upgrades from the vendor delivered by system through automatic checking and web download
Vendor Response
Question Will the City need to develop additional interfaces to this system?
Vendor Response
Question Does the vendor have a preference on the type of high availability software on which their product will function normally without resorting to additional third party tools? High availability software include Clustering software, replications software and load balancing software Please note that the Citys standard for clustering is Veritas Clustering Software
Vendor Response
Question Will the vendor provide additional training for implementing high availability solutions for this system to CIS staff?
Vendor Response
Question If this system has a web component, will the vendor be responsible for configuring the above web services, including the security layers?
Vendor Response
Question Will anti-virus services be deployed on the server supporting this system?
Vendor Response
Page 82 of 106
Operations Question How will the system be administered: 1. 2. 3. Vendor administers the system Joint City/vendor administers the system City administers the system Vendor Response
If the response to the question above is 1 or 2, please provide response to the question below How will the vendor require access to the server for operational issues? Options Include: Remote Access using City supplied credentials Direct Access using City provided credentials to physically gain access to the data center Question Will the system have its own internal security or will it use the Citys Active Directory. NOTE: Preference is for the system to use the Citys Active Directory. Is the application Active Directory compliant? Vendor Response
Question Please provide the server events and database events to be monitored.
Vendor Response
Question Will the CIS be responsible for monitoring the server events? database events?
Vendor Response
Question Who will be responsible for providing patch management for the server, including the host operating system?
Vendor Response
Question Who will be responsible for providing patch management for the database system?
Vendor Response
Question Who will provide reporting enhancement to the system if the needs arise?
Vendor Response
Page 83 of 106
Question Who will provide continuous training on the use of the system to the users?
Vendor Response
Vendor Response
Vendor Response
Question What is the escalation process for issues that are not resolved within the allotted time?
Vendor Response
Question What would be the vendor recommended maintenance schedule? Database Networking Question What type of network type and/or protocol does the vendor require this system to be on? Options Include: 1. Ethernet 2. IPX/SPX 3. IP Combinations of the above
Vendor Response
Vendor Response
Question Does this system use a different communications protocol other than the default that is available on the database engine?
Vendor Response
Vendor Response
Question Does this system require encrypting data during transaction processing?
Vendor Response
Page 84 of 106
Question Will this system encrypt data internally at the database level? If the response to the question above is YES, please provide responses to the questions below Does this system require hardware assisted encryption device? Question How many network cards does the vendor recommend for this system in order to function normally?
Vendor Response
Vendor Response
4.
CIS Information Security: Question Please give a very brief description of what the system is for and how it will work: Vendor Response
Question Do you have any plans for the disposal, replacement or refreshment of the system? How long is the proposed system expected to operate?
Vendor Response
Question Please can you supply us with a high-level system diagram and a diagram showing what equipment will be used, where it is located and how it is interconnected? (Attach to the back of the questionnaire)
Vendor Response
Question What information will be stored on the system? Does the system accept data from another system and if so, what? Does the system send data to another system and if so, what? Please can you supply us with a reasonably detailed diagram of the information flows within the system and between it and other systems? Once the information is no longer needed, how will it be disposed of?
Vendor Response
Page 85 of 106
Question What are the principle methods of transporting information? Examples include (but are not limited to): HTTP get; FTP; remotely mounting a file-system (e.g. Windows fileservers, Unix NFS); email.
Vendor Response
Question Will there be a need to encrypt any of the information exchanges? Please give details:
Vendor Response
Vendor Response
Question If you are decommissioning, replacing or refreshing an existing system, how are you planning to destroy any relevant data and any cryptographic keys?
Vendor Response
Question Is there a need to install any hardware devices that act as servers? Please indicate the types and estimated number of devices: Examples include, but are not limited to: file-servers, web-servers, email servers, media stores; application servers etc.
Vendor Response
Question Is there a need to install any network hardware? Please indicate the types and estimated number of devices Examples include, but are not limited to: hubs, switches, bridges, firewalls, modems, wireless-LAN hubs, cabling etc.
Vendor Response
Question Is there a need to install any client devices? Please indicate the types and estimated number of devices Examples include, but are not limited to: desktop PCs/MACs, PDAs, phones, editing stations, modems etc.
Vendor Response
Page 86 of 106
Question Please indicate if any of the devices (other than the clients) will not be installed in secured (locked) frame rooms owned and managed by the City of Dallas? If the frame rooms are not CIS or CITY owned and managed, please indicate who does own and manage them.
Vendor Response
Question Please indicate what operating systems will be running on the various devices described above. Please explain which systems will be directly accessed by users (e.g. desktop systems) and which will run in locked frame rooms (e.g. servers).
Vendor Response
Question If any Operating System is based on Microsoft Windows and will ever be connected to any City of Dallas packet network (including, but not limited to, the Citys IP/Ethernet network), it should comply with current CIS standards for supported versions and should be based on a CIS build. This includes CIS fileserver builds; CIS desktop builds; CIS web-server builds etc. If this constraint will interfere with the systems functionality and (if compliance is not possible), please give details of how the systems will be built, patched, supported and regularly tested. [NB, non standard builds, even if approved from a security perspective, might incur an increased support charge].
Vendor Response
Question If the Operating System is based on Microsoft Windows, or if the Operating System uses filemounting technology, such as NFS or SMB, or filetransfer technology, such as FTP, the device MUST run a CIS approved, real-time virusscanning system. Please indicate if this constraint will interfere with the systems functionality and (if compliance is not possible) give details of how the system will be protected from the viruses and Trojans and how it will be prevented from infecting other systems (should it become infected).
Vendor Response
Question Does any of the information stored in a fileserver RFCSP DPD ALPR System
need to be cryptographically secured against viewing or changing? Does any of the information need to be signed to prove its origin? How is it intended to perform the encryption/signing? How will the keys be stored, transferred or destroyed?
Question Will the system require the installation of any shrink-wrapped software (e.g. video editing software, word-processors etc.) that will ever be run on City of Dallas standard servers and desktops, or run on systems connected to any City of Dallas network. If so, please indicate whether the software has gone through (or is going through) the CITY approval process.
Vendor Response
Question Will the system require the installation of any database system (e.g. Oracle, SQLServer etc.)? If so, please give 1) product names, 2) the expected number of Server licenses & 3) the expected number of Client licenses.
Vendor Response
Question Will the system require the development of any software? If so, please indicate whether this is being built in house or outside of the City of Dallas.
Vendor Response
Vendor Response
Question What process and procedures will be applied to ensure the software is well written and designed to avoid security design faults? How will the software be maintained during its lifecycle?
Vendor Response
Question Does the software need to exchange information directly with another internal City of Dallas application? RFCSP DPD ALPR System
Vendor Response
Page 88 of 106
Question Does the software need to exchange information directly with an external, non-City application? How is this achieved?
Vendor Response
Question Does any of the information stored by a database or application need to be cryptographically secured against viewing or changing? Does any of the information need to be signed to prove its origin? How is it intended to perform the encryption/signing? How will the keys be stored, transferred or destroyed?
Vendor Response
Question Please give a brief description of how the system is expected to use and interact with network technologies. A diagram should also be supplied.
Vendor Response
Question Is the system dependent on addressable network protocols, such as 1) Telephony technologies e.g. dialed-ISDN, dialed-telephony, X25, Frame-Relay, ATM-SVCs and/or 2) packet data technologies e.g. Ethernet, NetBIOS, (TCP/UDP)/IP?
Vendor Response
Question Will any computers, PCs, Servers, PDAs, appliances etc. need to operate with two network interfaces at the same time? Examples include (but are not limited to): 1) a PC with two network cards, one of which is connected to the Citys VOIP Network, and the other to a private network. 2) A PC with a network card connected to the Citys VOIP Network and a modem connected to the Internet (e.g. via dialup or DSL) or a 3rd partys network. 3) A PC with a network card connected to any Citys VOIP Network and a modem connected to the Internet (e.g. via dialup or DSL) or a 3rd partys network. 4) A device connected to the Citys VOIP network RFCSP DPD ALPR System
Vendor Response
Page 89 of 106
Question Please indicate if the intention is to run the system over its own physical or logical LAN or WAN infrastructure inside the City of Dallas. If so, please explain your reasons for not using the Citys own internal network infrastructure.
Vendor Response
Question Other than via the City of Dallas RAS systems, externally-initiated dialed-telephony, ISDN links and IP connections are not permitted to be connected via Modem or ISDN-Terminal-Adapter to any City of Dallas systems which run Operating Systems (such as Windows, Unix, VMS etc.) or are connected to the network via Ethernet/IP connections. Please indicate if this constraint will interfere with the systems functionality.
Vendor Response
Question Internally initiated IP connections based on HTTP, HTTPS, Telnet, FTP, Real and Socks are permitted. Please indicate if these protocols are not sufficient for the system. In some cases, if a dedicated firewall is required, there may be a charge for installation and support and this will need to be budgeted for.
Vendor Response
Question What requirements will the system have in terms of automated network services, such as DNS (machine naming), DHCP (machine addressing), WINS (machine naming), LDAP (user and machine directory lookup), NTP (time services) etc?
Vendor Response
Question Is there any need to set-up a cryptographically secure link between two network devices (e.g. a IPSEC VPN or SSL link)? How will this be achieved? How will the end-nodes be protected against attack? How will the keys be created, exchanged, stored and destroyed?
Vendor Response
Some systems do not support user and administrator accounts. Other solutions may not be usable when accounts and logins are enabled. Please indicate if your system fits into the category and explain how the system is able to detect who is doing what to the information that it is handling.
Question Some systems do not offer a means of proving who the user is. Other solutions are not able to function properly if the users and administrators have to prove their identity. If your system fits into this category, please indicate this and give some details on how the system prevents a user (or even a complete stranger) from processing information that they are not supposed to have access to.
Vendor Response
Question How do the users and administrators uniquely identify themselves to the system (e.g. username, smart-card etc.)?
Vendor Response
Question If relevant, how do other applications or systems that need to gain access to the data uniquely identify themselves?
Vendor Response
Question How do the users and administrators prove that they are who they say they are (e.g. password, smart-card, securID etc.)? If passwords are used, will they be configured to meet the Citys Information Security guidelines for password length, complexity and frequency of updates?
Vendor Response
Question If relevant, how do other applications or systems that need to gain access to the data prove that they are the system they claim to be?
Vendor Response
Question How does the system hand out the necessary privileges needed for an individual to do their job? How does it prevent people or systems accessing material or information if they dont have the right?
Vendor Response
Page 91 of 106
Question If relevant, how does the system hand out the necessary privileges for another application or system to gain the correct access to information? How does it prevent access to the wrong material?
Vendor Response
Question Will your system be able to integrate with any or all of the following: Microsoft NTLM authentication? Microsoft Active Directory? RADIUS? Kerberos? PKI?
Vendor Response
Vendor Response
Question What training will be needed by users and administrators to ensure they understand how to use and operate the system securely?
Vendor Response
Page 92 of 106
You will need to indicate if your system needs to comply with any of the above.
Question Will the system need to store information about living individuals?
Vendor Response
Question Will the system be used to store financial details? Will it need to store credit card details?
Vendor Response
Question Does the system need to be registered under the terms of the Data Protection Act?
Vendor Response
Question Please state which legislation applies (see the list RFCSP DPD ALPR System
above).
Question Will the system have a site or portal enabling external users to contact the City of Dallas?
Vendor Response
Question Will the system have information that is held for legal compliance reasons?
Vendor Response
Question What information will an external user need to provide and what is the purpose of their interaction with the system?
Vendor Response
Question Does the system need to keep functioning even if local services (such as human access to the site and mains/chilling) are restricted due to an unforeseen event?
Vendor Response
Question If the system is affected by an external event, how long can it be unavailable before major problems ensue? 1. Product Documentation: Product Documentation Question What documentation is available with this product? In what formats is the documentation available? Does some or all of the documentation require online support or internet connectivity? Data Dictionary Question Do users of this product get an updated copy of the data dictionary with every release of the product? 2. Product Training: Time To Train a CSR Question RFCSP DPD ALPR System
Vendor Response
Vendor Response
Vendor Response
How much time it take to train a CSR to use the system? Time To Train Operations Support Personnel Question How much time is required to train operations support personnel? 3. External Interfaces: External Interfaces Question What are some of the common external interfaces built into the product? How difficult is it to incorporate a new external transaction interface to the product? Vendor Response Vendor Response
4.
Performance and Capacity Management: Capacity and Performance Benchmark Question Have any tests been performed to measure the throughput capacity and overall performance of the product? If yes, were these test done at an independent site or the vendors laboratory? If these tests were documented, please provide a copy of the document prior to any product architectural presentation. Number of Concurrent Users Question What is the maximum number of concurrent users allowed by the system without any performance degradation? Vendor Response Vendor Response
5.
At the City of Dallas: Product Currently being Used at the City of Dallas Question Is this product or some other version of the product currently being used at the City of Dallas? Other Products of Your Company Question Are there any other products of your company currently being used or evaluated at the City of Dallas? Provide details. RFCSP DPD ALPR System Page 95 of 106 Vendor Response Vendor Response
7.3 Non-Functional Requirements List Non-functional requirements captures conditions that do not directly relate to the behavior or functionality of the solution, but rather describe environmental conditions under which the solution should remain effective or qualities that the system should have. They are also known as quality or supplementary requirements. They do not have a documented use case.
The following list represents the non-functional business requirements for the ALPR System.
Proposers Response Additional Costs
Requirement Usability The fixed system ALPRs must be able to quickly be relocated if necessary. The mobile system ALPRs must be able to quickly be relocated to other vehicles if necessary. System configuration must be flexible and easily scalable. Reliability The system will have the ability to will provide a minimum guaranteed service availability rate (uptime rate) of at least 99.9 percent. The system will Operate continuously: 24 hours a day 365 days a year Performance The ALPR system should be able to accurately read, compare, and record license plates with an accuracy rate of 85 % for both fixed/mobile systems. The ALPR system should not have any limitations on the # of plates that may be read and processed through the entire lifespan of the system. For interactive connections (for plate updates) for the MDCs, the City uses cellular broadband connectivity using NetMotion. The ALPR system must be able to connect & communicate with this technology. Supportability The system must enable staff to add new hardware, software upgrades, and or maintenance without disruption of service 7 days a week / 24 hours a day. Security The system must have the ability to meet or exceed industry standard security requirements.
Comments
7.3.3.1
7.3.3.2
7.3.3.3 7.3.4
Page 96 of 106
The system must comply with all Criminal Justice Information Standards (CJIS) requirements. The system must utilize encryption technology to secure video feeds. The system must meet minimum FIPS and NIST security standards. The system must be active directory compliant as to user authentication. System should be secure to prevent unauthorized access and provide layers of access security for users. Maintenance/Serviceability The system must be easily serviceable for repairs and maintenance. The Vendor must provide maintenance coverage plan including: Routine services provided on a periodic basis such as onsite maintenance and cleaning. Routine and as needed lens cleaning from condensation, rain, ice, dust, dirt or any other obstruction. Emergency response services including guaranteed response time Hours and days of coverage Equipment replacement procedures, including onsite or depot parts repair and replacement Response time for each service call, including: a. System Outage b. Network control center outage c. Camera network outage impacting 25% of cameras Escalation procedure from first call to highest level respondent Detailed procedure showing knowledgeable first-time response to service calls Detailed breakdown of all maintenance costs for all equipment, software and services beginning at the end of the warranty period and extending through year five. Any Optional Maintenance service plans. Support The Vendor shall detail the technical and operational support that will be provided: Telephone support (e.g., include toll-free support hotline, hours of operation, availability of 24 x 7 hotline, etc.). Special plans defining levels of support (e.g., tier 1, tier 2, etc.). Delivery method of future upgrades and product enhancements including historical frequency of upgrades by module. Problem reporting and resolution procedures. Bug fixes and patches. Support provided for third-party solutions. Other support (e.g., on-site, remote Web site access to patches, fixes and knowledge base). Texas Occupational Code Page 97 of 106
7.3.7.2 7.3.7.3
7.3.8.1
The Vendor that will access the Citys network or install equipment must be appropriately licensed and certified under Texas Occupational Code 1702 as a Security Company and to maintain that license / certification for the life of the contract.
7.4 Control Requirements List The following list represents the control requirements for the system. Control requirements include Regulatory / Legal, Financial control, and City of Dallas Policy requirements. Each of the sections below should be filled out. If there are none identified for an area, it should say There are none identified.
Proposers Response Additional Costs
Requirement
Comments
7.4.1.1 7.4.1.2
The system must comply with all Criminal Justice Information Standards (CJIS) requirements. This system must comply with all State of Texas laws This system must comply with all City of Dallas Local Judicial Rules The system must comply with FIPS and NIST standards Financial Control There are none identified Business Continuity There are none identified Policy There are none identified
Page 98 of 106
7.5 Functional Requirements List The following list represents the functional business requirements for the ALPR System. Note: Each requirement relates to a component of an Activity described and modeled in this section of the specification. Detailed functionality, business rules, constraints and conditions for each of these requirements can be found in the detailed use cases associated with the requirement. Business rules for information used by the system are found in the Information Section with the data elements.
Req # 7.5.1 Requirement Hardware Specifications System must be comprised of self-illuminating Infrared (IR) cameras for effective license plate image capture in a variety of weather and lighting conditions. The System must also be able to read temporary issues license plates. (example: paper printed plates) The Infrared (IR) Light Emitting Diodes (LEDs) must be pulsed to enhance license plate capture. All cameras must have a dual lens configuration in a single camera housing featuring both an Infrared (IR) lens for license plate capture and a color overview image of the vehicle. The integrated color and infrared LPR cameras must not emit any visible light from infrared illuminators. Proposers Response Additional Costs Comments
7.5.1.1
7.5.1.2 7.5.1.3
7.5.1.4
7.5.1.5
The System must have a self trigger mode to detect the presence of lawfully mounted vehicle 7.5.1.6 license plates in the cameras Field of View (FOV) The cameras must be capable of producing multiple license plate images with varying Shutter and Gain Settings to ensure a high quality image regardless 7.5.1.7 of weather or lighting conditions. The cameras must be capable of being permanently attached to the vehicles emergency lightbar in a low profile manner to minimize impact on the lightbar system without drilling multiple holes or violating the 7.5.1.8 integrity of the roof structure. Cameras should be attached to the light bar without interfering with visibility of the complete light bar. Cameras should be no larger in size than 2 height, 7.5.1.9 8 width and 4 depth. There must be no moving parts in any of the 7.5.1.10 cameras. The cameras must have a fixed focal point or target distance from the camera to the vehicle license plates from a minimum of 6 feet to a maximum of 34 7.5.1.11 feet under a standard camera configuration. The ALPR Processor must be designed to be trunk mounted or similarly mounted and must incorporate 7.5.1.12 an intelligent Power Supply Unit (PSU) that provides RFCSP DPD ALPR System
Page 99 of 106
Req #
Requirement for a safe start and shut down each time the vehicles ignition is turned on and turned off. The ALPR Processor must control the electrical power source supplied to each of the cameras and provide video connection points for simplified System wiring. The ALPR Processor must have an operating input range of 10.5-16.5V DC at 90W. The ALPR Processor must be designed to meet the environmental conditions associated with a trunkmounted unit under various temperature conditions. The System must provide for the simultaneous display of any two (2) cameras as selected by the User and configured by the System Administrator. The System must be capable of capturing license plates in any of the following modes: an adjacent lane on either side of the police vehicle while driving through traffic and/or parking lots traffic in an adjacent lane while parked on the side or shoulder of a roadway; any parking application from parallel to perpendicular parked car orientation with respect to the movement of the police vehicle an adjacent lane to capture the rear license plate of the vehicle as it passes the police unit or vice versa. The camera configuration must be capable of switching from one monitoring mode to another via the software application by merely pressing the corresponding On-Screen Function Button. The System must provide effective license plate capture at night and in reduced light situations and total darkness with no external lighting required. The System must have the capability to capture a still image of importance at the officers discretion using the color overview portion of the Camera. The System must have the capability to capture vehicle license plates at combined speeds up to 130 mph with license plate capture and read accuracy rates (referred to as System Efficiency) in excess of 85%. Bidder to provide independent test results from at least three North American law enforcement agencies verifying your accuracy claim. When the System is configured to utilize an independent ALPR processor, the ALPR Processor and the cameras must be developed, manufactured and supported by the same vendor. All camera cabling and camera connectors must be manufactured or assembled by the vendor that provides the ALPR System and all of the required components.
Proposers Response
Additional Costs
Comments
7.5.1.13 7.5.1.14
7.5.1.15
7.5.1.16 7.5.1.17
7.5.1.17.1
7.5.1.17.2
7.5.1.17.3
7.5.1.17.4
7.5.1.18
7.5.1.19
7.5.1.20
7.5.1.21
7.5.1.22
7.5.1.23
Req #
7.5.1.24
7.5.1.25
7.5.1.26
Requirement All camera mounting bracket systems must be fabricated specifically for the vendors cameras and must be furnished by the vendor. In addition to the camera mounting bracket systems that attach to the vehicles emergency lightbar, the vendor must also provide camera-mounting bracket systems that can be installed on those police vehicles commonly referred to as unmarked units or those with no roof-mounted lightbar. In addition to camera mounting bracket systems for marked and unmarked police units, the vendor must also provide a magnetic mount that is made specifically for the cameras. The Magnetic Mount is designed to be used for temporary deployment of the System. The system must also be able to be mounted in fixed locations such as light poles, traffic signal poles, utility poles, bridges, or buildings. The system must be able to read and process license plates accurately in High Traffic areas such as intersections, highways, or bridges. The fixed ALPRs must be powered by an uninterrupted power source, which may include hard wiring and/or solar technology. The fixed ALPRs must be refreshed with updated license plate database information wirelessly. The vendor is expected to manage the entire process for installation and relocation of fixed systems: gather permits, utility agreements, camera assembly/disassembly, installations, network setup, configuration, and testing. Software Specifications The application software must be capable of supporting multiple hot list databases including but not limited to NCIC Databases TCIC Databases Registered Sex Offenders vehicles North Texas Regional Wants and Warrants BOLO (Be On the Lookout)
Proposers Response
Additional Costs
Comments
7.5.1.27
7.5.1.28
7.5.1.29 7.5.1.30
7.5.1.31 7.5.2
The system must allow a System Administrator the ability to add additional databases as necessary. The System Administrator must have the capability to define the police departments database/s and assign a color code and priority level to each database to be used when a match or a hit occurs, i.e., stolen vehicles, stolen license plates, sexual predators, armed felon suspects, registered 7.5.2.3 parolees, etc. The data file transfer must be accomplished by either of the following methods, listed by priority, but 7.5.2.4 not limited to: 7.5.2.4.1 Wireless 7.5.2.4.2 Ethernet RFCSP DPD ALPR System
7.5.2.6
7.5.2.7
7.5.2.8
7.5.2.9
7.5.2.10
7.5.2.11
7.5.2.12
Requirement The system must utilize security encryption technology to secure all data transmissions. The System must be able to be refreshed with updated data up to once every hour. The application software (GUI application) that resides in the police unit must be Active Directory compliant that provides for a User Name and Password as assigned by the System Administrator. The application software must be responsive in comparing a captured license plate against multiple and voluminous databases with less than a 1.5 second response to a query of a database/s containing up to 10,000,000 records. All license plate and system data remain the DPDs/Citys property and is not to be shared or shared amongst any system without the Citys written consent. The System should have the feature that allows hot list databases to be created in the field by authorized users and the authorized users must have the capability to add license plate data to the systems database/s while in the field. All license plate data added by the authorized user will remain a part of the selected database until the database is overwritten by the System Administrator or by a new or updated database/s. The System must provide a Rules Feature whereby the System Administrator can define license plate numbers and/or characters that can be interpreted in different variations or rules. The vendor must provide variants of the Optical Character Recognition (OCR) Engine that are tailored/designed for a specific State or regional license plate population As part of the vendors system maintenance agreement with the customer, Optical Character Recognition (OCR) updates and/or revisions must be provided as determined by the vendor to address changes in the States license plate population during the term of the maintenance agreement. The system must provide all of the following live, simultaneous video display of data for cameras as selected by the User: The IR License Plate Image The license plate interpretation or system read A corresponding color overview image of the vehicle displaying the captured IR license plate The date and time the data was captured by the System Identification of the Camera capturing the image The GPS Coordinates for every license plate captured by the System Even though the System must provide for the simultaneous display of two (2) Cameras as
Proposers Response
Additional Costs
Comments
Req #
7.5.2.15
7.5.2.15.1 7.5.2.15.2
Requirement selected by the User, the System must also have the capability to be configured whereby up to all 4 Cameras are operating simultaneously and matching license plate data against the databases. When the system identifies a match or a hit of the license plate, the following additional data must be displayed in a timely manner on the systems Hit Screen: The color coded database indicating the name or title of the database as assigned by the System Administrator where the match occurred. All narrative text, if any, from the database where the match Occurred The Hit Screen must remain displayed until acknowledged by the officer, and while displayed, the system must continue to process license plate data in the background and all captured data must be stored in the System during this interval without any User intervention. In the event that a subsequent match or hit should occur while the original Hit Screen is displayed to the officer, the System must provide an audible and visual alert to the User that a second or subsequent hit occurred and the System is waiting for the (Users) officers intervention. The System must provide a touch screen feature to enlarge the vehicles color overview image so that the User can examine it in order to gain additional information about the overview image or the verification of information. The System must provide touch screen navigation capability for the police application GUI. The System must provide the System Administrator with the ability to customize audible alerts to differentiate between unique events within the software application. The System must provide a visual alert for each defined event that displays in the foreground regardless of other applications in use at that time if the Systems Client-Server Architecture is utilized. The System must provide the officer with the capability to mark a license plate read as a misread. The System must provide the officer with the capability to manually enter a license plate, via a vehicles MDC, for the purpose of searching that license plate against the Systems database/s. The System must provide the officer with the capability to review all of the following: hits license plate images and associated data license plate searches performed by the officer indicating the date and time the search was Conducted pictures
Proposers Response
Additional Costs
Comments
7.5.2.16
7.5.2.17 7.5.2.18
7.5.2.19
7.5.2.20
7.5.2.21
7.5.2.22 7.5.2.23
7.5.2.23.1
Req #
Requirement The System must provide the officer with the ability to query the GUI application in the police vehicle to determine if a particular license plate is currently stored in the System. If the license plate data is in the System, the officer must have the ability to review each license plate capture and the associated System data displayed on the GUI application Review Screen to include: The IR License Plate Image The corresponding color overview image of the vehicle The date and time the image was captured and the GPS coordinates or the captured data The Proposer must demonstrate the systems ability to cohabitate with TriTech Software Systems VisiNet Mobile and Intergraphs inPursuit systems. Back Office/Analysis/Admin Specifications As part of the overall System and functionality, a customized back office software application must be provided by the vendor so the customer can manage all the data collected by each individual police unit, manage the database functions, provide reporting data and manage the user administration functions. The System must provide the ability to assign priorities to the various databases utilized by each police agency. The System must provide the System Administrator with the ability to configure for the regular import of national and local databases. The System must provide application security via Active Directory that requires a User Name and Password for each User as determined by the System Administrator. The System must provide the System Administrator with the ability to determine System user access levels based upon user responsibilities. The System must provide remote web access, via Internet Explorer 6.0 or higher, to stored data for analysis and reporting. The System must provide the ability to perform a full or partial license plate query against the databases. Examples include partial license plate numbers/letters with missing or unknown characters in varying positions on the plate.
Proposers Response
Additional Costs
Comments
7.5.2.25 7.5.3
7.5.3.1
7.5.3.2
7.5.3.3
7.5.3.4
7.5.3.5
7.5.3.6
7.5.3.7
The System must provide the ability to query for license plate data based upon time, date, location 7.5.3.8 and the user. The System must provide the ability to utilize a mapping function to plot or identify the locations of a particular license plate or identify all plates captured 7.5.3.9 in a particular area during a particular time. The RFCSP DPD ALPR System
Req #
7.5.3.10
7.5.3.11
Requirement City currently uses ESRI mapping sofware and it would be ideal for the system to leverage existing mapping software. The System must provide the ability to utilize a mapping function to plot or identify the location of all hits. The System must provide multiple methods for downloading and uploading information between the vehicle and the back office application including Wireless, and Ethernet. A centrallized uploading process may be leveraged that would allow for patrol vehicles to automatically upload information upon returning to substations via wireless technology. System must provide a server network environment to facilitate the sharing of data between other police agencies as defined by the System Administrator. Other System Requirements A full and complete set of operating instructions shall be included for the system The vendor shall warranty the System to be free of defects in materials or workmanship. This warranty shall not extend to finish, appearance items, or malfunction due to abuse, neglect, misuse, accidents or operation under other than specified conditions. The vendor shall have a dedicated service department locally based in the Dallas/Fort Worth area and may not contract out the warranty or the follow-on service plan. Service response shall be within four hours from notification of system casualty. All hardware and software provided by the vendor must be covered under a 5-year parts and labor warranty at no additional cost to the customer during the first year of service. The Provider must furnish extended warranty/maintenance costs for both hardware and software for up to five (5) years from the date of System installation. After issuance of the Purchase Order, all hardware and software must be delivered to the customer site within five (5) weeks. The successful vendor must provide role based onsite System training for the System Users and the System Administrators as required by the customer. Vendor is responsible for providing electronic and hard copy documentations. City will be responsible for providing an environment conducive to learning. The successful vendor must provide System installation and/or System installation oversight based upon the customers requirements.
Proposers Response
Additional Costs
Comments
7.5.5.2
7.5.5.3
7.5.5.4
7.5.5.5
7.5.5.6
7.5.5.7
7.5.5.8
Req #
Requirement The successful vendor must provide local field support and provide onsite or offsite support, at a minimum, between 8:00 AM 5:00 PM CST. The vendor will serve as a single point of contact, and provide the name, address and telephone number of the individual to contact when both onsite and remote maintenance is required. The vendor shall further provide escalation procedures and contact names and numbers to be used when normal maintenance procedures are not adequate to resolve problems. All System documentation must be furnished in electronic format. All training material must be furnished in modifiable electronic format. The IR cameras must meet eye safe certification standards, as established by an international testing agency. The IR cameras must be sealed to IP67 Standards. Vendor must assist City of Dallas/Dallas Police Department in testing the license plate scanner implementation.
Proposers Response
Additional Costs
Comments
7.5.5.9
7.5.5.10
7.5.5.11
7.5.5.12 7.5.5.13
7.5.5.14