city of dallas


[PDF]city of dallas - Rackcdn.com000417b6df56f4ae5bbf-f6bd2cfeac0f4625637eac684e9e6a05.r25.cf1.rackcdn.com/...

11 downloads 146 Views 923KB Size

CITY OF DALLAS SPECIFICATION For Microwave Data System Replacement Request for Competitive Sealed Proposal BHZ1314

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

1

Table of Contents SECTION 1 - INTRODUCTION ................................................................................ 4 1.1 1.2 1.3 1.4

PURPOSE ............................................................................................... 4 VENDOR QUALIFICATIONS ................................................................... 4 BACKGROUND ....................................................................................... 4 OBJECTIVES .......................................................................................... 5

SECTION 2 - INSTRUCTIONS TO PROPOSERS ................................................. 6 2.1 2.2 2.3 2.4 2.5 2.6 2.7

APPLICABLE LAW .................................................................................. 6 PROCESS OVERVIEW.............................................................................. 6 PROCESS DETAIL .................................................................................. 7 PROPOSAL CONTENTS OUTLINE ......................................................... 10 PROPOSAL CONTENTS DETAIL ........................................................... 10 CONFIDENTIALITY ........................ ERROR! BOOKMARK NOT DEFINED. DISQUALIFICATION OF PROPOSERS ..................................................... 13

SECTION 3 - PROPOSAL EVALUATION AND SELECTION.......................... 15 3.1 3.2 3.3 3.4

INTRODUCTION ................................................................................... 15 PROPOSERS EVALUATION PROCEDURE AND CRITERIA ..................... 15 BASIS OF EVALUATION ........................................................................ 15 PROPOSAL EVALUATION ..................................................................... 17

SECTION 4 – MICROWAVE SYSTEM SPECIFICATIONS .............................. 17 4.1 4.2 4.3 4.4 4.5 4.6 4.7 4.8 4.9 4.10 4.11 4.12 4.13 4.14 4.14

INTRODUCTION ...................................................................................... 17 CAPACITY ............................................................................................ 18 ETHERNET AND INTERNET PROTOCOL ............................................... 18 MULTI-PROTOCOL LABEL SWITCHING (MPLS) ............................... 18 REDUNDANCY AND RELIABILITY ........................................................ 18 FCC AND FAA AUTHORIZATIONS ...................................................... 21 MICROWAVE EQUIPMENT ................................................................... 21 MICROWAVE RADIO SERVICE CHANNEL AND ORDERWIRE .............. 23 DIAGNOSTICS, CONTROLS AND ALARMS ............................................ 23 OTHER REQUIREMENTS .................................................................... 25 DSX, SYSTEM TIMING AND LOOPBACK TESTING ............................ 26 DC POWER SYSTEM .......................................................................... 27 GROUNDING ....................................................................................... 28 MICROWAVE ANTENNA REQUIREMENTS ........................................... 28 INSTALLATION OF EQUIPMENT ......................................................... 29

SECTION 5 – MICROWAVE SYSTEMS ACCEPTANCE AND TESTING ..... 31 5.1 5.2

CITY REQUIRED DOCUMENTATION FOR SYSTEM ACCEPTANCE ....... 31 MICROWAVE SYSTEM ACCEPTANCE PROCESS .................................. 31

SECTION 6 – MICROWAVE SITE VIDEO CAMERA SYSTEM ..................... 35 BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

2

SECTION 7 – ADDITIONAL FEATURES AND SERVICES .............................. 38 SECTION 8 - GENERAL TERMS AND CONDITIONS ...................................... 39 8.1 8.2 8.3 8.4 8.5 8.6 8.7

INSTALLATION & ACCEPTANCE .......................................................... 39 SHIPMENT AND DELIVERY ................................................................... 39 ACCEPTANCE ....................................................................................... 39 INVOICING ............................................................................................ 39 PAYMENT AND TAXES .......................................................................... 39 WARRANTY .......................................................................................... 40 ONGOING SERVICE AND MAINTENANCE ............................................. 40

SECTION 9 - TRAINING ......................................................................................... 41 SECTION 10 - SPECIFICATIONS .......................................................................... 41 SECTION 11- INSURANCE ..................................................................................... 41 APPENDIX A-EXISTING MICROWAVE RADIO SYSTEM..................... 43 APPENDIX B –PROPOSED MICROWAVE SITES AND BANDWIDTH . 44 APPENDIX C –SITES THAT REQUIRE CAMERAS ................................. 46

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

3

CITY OF DALLAS, TEXAS SPECIFICATION

Design and Installation of a Microwave Data Network SECTION 1 - INTRODUCTION 1.1

Purpose The City of Dallas (City) issues this Request for Competitive Sealed Proposals (RFCSP) to replace the City’s aging microwave infrastructure. This proposal would also include new extensions of the City’s system to accommodate new desires to expand the microwave data capability into other locations within city infrastructure to provide a highly reliable data infrastructure. Additionally, this system will serve as the backbone for a planned Project 25 radio system which will require additional sites to be connected during the radio system installation phase in 3-5 years. Finally, the City is evaluating plans for future technology projects involving items such as high speed wireless data, remote camera surveillance, and other technologies that will use and require high bandwidth on the microwave radio system. The ability to expand capacity is paramount.

1.2

Vendor Qualifications The successful proposer shall demonstrate the ability to design, deliver and install a microwave system and related equipment that adheres to the specifications outlined in this document and shall be able to provide prior successful deployments of similar size and complexity. The successful proposer shall provide a proposal that fully meets these specifications in both specific wording and intent, support the product(s) on an on-going basis, and provide references including contact person(s) and applicable telephone numbers of customers for whom they have provided similar large microwave systems and equipment any time in the previous two calendar years. The proposed equipment shall be fully supported (24 hours a day, 7 days per week, and 365 days a year).

1.3

Background The City of Dallas is a municipal corporation incorporated under Article XI, Section 5, of the Constitution of the State of Texas (Home Rule Amendment). The City operates under a Council - Manager form of government whereby the City Council appoints a City Manager to carry out the daily transactions and operations of the City govern and provides such services as are authorized by its charter to advance the welfare, health, comfort, safety, and convenience of the City and its inhabitants.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

4

Communication Services is a division of the Communication and Information Services department (CIS) with the responsibility for developing these specifications. 1.4

Objectives The primary objective of this project is to acquire a microwave data network that provides the City with upgraded capacity and capability over the existing legacy microwave system. This system will provide data services to many divisions, functions and processes within the City as well as provide the primary backbone for both the existing analog and planned P25 compliant digital network that will be implemented in the future. As previously stated, the City is evaluating plans for future technology projects involving items such as high speed wireless data, remote camera surveillance, and other technologies that will use and require high bandwidth on the microwave radio system. The ability to expand capacity is paramount. The System should use MPLS technology and be expandable to increase capacity in the future to accommodate these needs. As part of the proposals, proposers should also include system monitoring software to replace a legacy FARSCAN system used to monitor various types of parameters, circuits, and alarms that currently exist. The proposed system shall be capable of monitoring the proposed microwave system’s alarms, faults and auxiliary detection devices as well as existing parameters, circuits, and alarms currently monitored by the FARSCAN system. Additionally, this system should be capable of notifying personnel of faults or other preset conditions through various means such as text messaging, email, paging, and SNMP. Proposers are also encouraged to include options that they determine will be of benefit to the City such as remote door release, remote temperature monitoring and other remote operation capabilities the city does not currently have. To satisfy the above objectives, the selection of microwave system and equipment solutions and options that most closely meet the technical and functional requirements outlined in this document are critical success factors. The City has two targeted completion dates and Proposers are requested to provide costs associated with both targeted dates. Target date 1 is to have the system and all components fully installed and tested by May 31, 2014. Target date 2 is to have the system and all components fully installed and tested by January 31, 2015. The City does acknowledge that these are accelerated schedules for this project.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

5

SECTION 2 - INSTRUCTIONS TO PROPOSERS This section, 2.0, INSTRUCTIONS TO PROPOSERS, outlines the general conditions under which the proposal shall be made as well as instructions on how to prepare and submit the offering to the City. It also outlines the procedure that will be followed in selecting the successful proposal and in completing a contract for the system. 2.1

Applicable Law This City has determined that this is ”high technology procurement" within the meaning of Chapter 252, Texas Local Government Code, V.T.C.A. This statute, as amended effective August 1985, provides for acquiring certain equipment, goods, or services of a highly technical nature through competitive sealed proposals, rather than competitive sealed bids. Proposers shall be familiar with the provisions of Chapter 252 since it governs this procurement. Many other statutes, regulations and guidelines may apply to the system (such as FCC, FAA, etc.) and still others may affect the way Proposers choose to conduct business. Proposers shall be familiar with all the legal requirements (as well as technical requirements) to provide this system. Proposal pricing, and best and final offer shall be adequate to cover all expenses related to compliance with all applicable requirements of this specification. Any related costs, direct or indirect, must be clearly identified in the proposal. Unless otherwise indicated, the City requires the Proposer to pay all related costs. All Proposers shall be able to legally conduct business in the State of Texas. Offering a proposal represents thorough familiarization, on the part of the Proposer, with the environment in which the system will operate.

2.2

Schedule of Events The following proposal schedule outlines the RFCSP process and is tentative. The City reserves the right to modify this schedule at its own discretion and convenience as deemed necessary.

RFCSP Advertising dates Pre-Proposal Meeting Cut-off Date for Final Questions Proposals Due Product Demonstrations

9/19/13 & 926/13 9/27/13 @ 10 AM 10/16/13 @ 12:00 PM 10/23/13 (No later than 2:00 PM, CST) The week of 10/28/13

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

6

2.3 Sole Point of Contact The City has appointed a Buyer who will be the sole point of contact for any and all issues pertaining to this procurement and its process. The Buyer may designate an alternate point of contact for specific purposes. Contacting any member other than the Buyer or their designated representative could result in disqualification. Do not rely on oral instructions or clarifications. Request from interested Proposers for additional information or interpretation of the information included in the specifications should be directed in writing to the buyer listed below. If necessary, a written Addendum will be posted on the City’s website for clarification. Judy Levin-Simmons, Sr. Buyer [email protected] The RFCSP does not commit the City to pay any costs incurred in the submission of a proposal or in making any necessary studies or designs for the preparation thereof, nor the purchase or contract for the services. After acceptance of the successful proposal by the City, the City and the successful Proposer shall be obligated to enter into an agreement consistent with the proposal submitted. Should the successful Proposer fail to execute the agreement, the City shall have the right to seek legal remedies against the Proposer, including damages, and shall have the right to award to another responsive Proposer. 3 Pre-Proposal Meeting A Pre-Proposal conference will be held on xx/xx/13at xx a.m. in conference room 3FN at Dallas City Hall, 1500 Marilla St., Dallas, Texas 75201. All Proposers are encouraged to attend the conference, but attendance is not mandatory. It is to the Proposer’s advantage to read all sections of the RFCSP prior to the pre-proposal meeting and advise City staff of any questions regarding the RFCSP specifications or supporting documentation during the meeting. Requests for additional information, questions submitted in writing by prospective Proposers, along with questions from the pre-proposal meeting, will be provided as an addendum on the City’s website (http://www.bids.dallascityhall.org). 4. Cut-off Date for Final Questions The City understands that Proposers may have last minute questions, and has built in accommodation for these questions into the solicitation schedule. Proposers should keep in mind that the City should communicate these questions and their answers back to all Proposers. Accordingly, the City will not accept questions after the “Cut-off Date for Final Questions” as noted in Section 2.3, Schedule of Events in this document. 4.1 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.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

7

4.2

Site Visits Requirement Vendors will be required to participate in site visits. Site visit times and schedule will be posted to the city website. Any vendor who fails to attend all site visits will be disqualified from the process. 5

Opening of Proposals All proposals must be time stamped in the Purchasing department by the specified date and time in sealed envelopes or boxes. In accordance with Chapter 252, Texas Local Government Code, V.T.C.A. Proposals shall be opened so as to avoid disclosure of contents to competing Proposers and kept secret during the process of negotiation. Proposals will not be publicly read. It is the responsibility of the Proposer to clearly mark and identify all portions of the proposal which, in the proposer's opinion, contain trade secrets, confidential information, and other proprietary information, must be marked “RFCSP CONFIDENTIAL” on EACH PAGE that the Proposer considers confidential. Trade secrets and confidential information contained in the proposals shall not be open for public inspection at any time unless directed by the State of Texas Attorney General’s Office. The City may, at any time, investigate a Proposer's ability to perform the work. The City may ask for additional information about a company and its work on previous contracts. Proposers may choose not to submit information in response to the City's requests; however if failure to submit such information does not clarify the City's questions concerning the ability to perform, the City may discontinue further consideration of a particular proposal. The City would typically be interested in previous experience in performing similar or comparable work with current or previous models or versions of hardware or software; with current or past maintenance or support whether of the type proposed or other type; business and technical organization; staffing and personnel turnover (especially in technical areas); customer lists; financial statement of resources for current and past periods; or other relevant information. Please be aware that the City may use sources of information not supplied by the Proposer concerning the abilities to perform this work. Such sources may include, for instance, current or past customers of the organization; current or past suppliers; articles from data processing, communications and related publications; articles from other published sources such as industry newsletters or from non-published sources made available to the City. 6.

Evaluation of reasonably qualified proposals according to Evaluation Criteria On the basis of the relative importance of the price and other evaluation factors as listed in the Section 3.0, PROPOSAL EVALUATION AND SELECTION, the City will evaluate each reasonably qualified proposal to determine the most advantageous solution for the City.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

8

7..

Discussions with Reasonably Qualified Proposers During the proposal process, Proposers shall not contact any City staff directly. All contact must be coordinated through the City’s designated Buyer. After selection of reasonably qualified Proposers, the City may enter into discussions concerning the systems proposed. These discussions will be on an individual basis and closed to third parties and other Proposers. The City and the Proposer will review in detail all aspects of the City's requirements and the proposal. During this review, the Proposer may offer and the City may accept revisions in the proposal.

9.

Best and Final Offers (BAFO) Proposers will be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals, and such revisions will be permitted after proposal submissions and prior to award for the purpose of obtaining best and final offers. In addition the proposer must provide a written guarantee that there will be no additional cost to the City for equipment, materials and labor necessary to meet the intent of this specification and contract documents.

10.

Recommendation to City Council The City’s Purchasing Department will recommend to City Council that award be made to the responsible Proposer whose submission in conjunction with their best and final offer is determined by the City to be the most advantageous to the City taking into consideration the relative importance of price and other evaluation factors.

11.

Execution of Contract The City Council, by City Resolution, shall authorize award of a contract to the successful Proposer selected by by evaluation and designate the successful proposer as the City's contractor, subject to execution of the requisite contract documents by City and Contractor. All necessary contract documents are prepared by the City Attorney and tailored for this project. The City will require the Contractor to sign the necessary documents, enter into the required contract with the City and provide a Certificate of Insurance evidencing insurance as required per Section 12, of the specification. No work shall commence until the contract documents are signed. The successful Proposer shall have 15 days from the date the contract documents are delivered to him by the City to sign and return the contract documents to the City. Be aware that no contract shall be binding on the City until it has been approved as to form by the City Attorney, and executed by the City Manager. Further, no contract for this project may be signed by the City without the authorization of the Dallas City Council. The City's official representative during the procurement process is the Buyer or their designee. After signing of the contract the City will be represented by the Director of CIS. After the contract is signed, the City will not make allowances for any failures by the designated contractor to become aware of factors which affect the ability to provide the system for the costs explicitly included in the

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

9

contract. In any case, where there is a difference of opinion about the intent of the specifications and/or contract documents, the decision of the City of Dallas shall be final. 2.4

Proposal Contents Outline Proposals should be prepared in accordance with these instructions. The proposal package should include the following information and documents in the following order:

2.5

1.

Sealed package identified as to the RFCSP #BHZ1314 and title to which it responds;

2.

Cover letter signed by the appropriate authorities authorized to obligate the respondent;

3.

Exceptions, if any, to specifications;

4.

Detailed proposal;

5.

Audited Financial Statements (most current and past two years)

Proposal Contents Detail 6.

Sealed Package The entire package (or individual copies or volumes, as desired) should be sealed and addressed to the City’s designated buyer, Judy Levin-Simmons City of Dallas, Room 3FN, 1500 Marilla Street, Dallas, Texas 75201. Mark plainly on the outside of the package the RFCSP number and title of the procurement to which the proposal is submitted, indicate a return address. Failure to do this may cause the proposal to be misplaced and not considered. All responses, proposals, and accompanying documentation except proprietary and intellectual property of the proposer, shall become the property of the City of Dallas.

7. Cover Letter Include a cover letter transmitting the proposal to the City, indicating the information included above (Microwave Data System Replacement RFCSP BHZ1314). In addition, the cover letter should indicate that the proposer's company agrees to be bound by the proposal included in the original proposal submission without modification. If the proposal represents offerings to be made by different firms or organizations, the BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

10

City will do business only with the proposer and will require the proposer's organization to assume responsibility for the total project. An authorized official of the proposer's organization must sign the proposal. Power of Attorney authorizing agents or others to sign the proposal must be certified and notarized in writing. 8.

Exceptions to Specifications Although the specifications in the following sections represent the City of Dallas' anticipated needs, there may be instances in which it is in the City's 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 City's specifications must be clearly identified as such, together with the reasons, and inserted in the proposal at this point. 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.

9.

Detailed Proposal Proposals shall include the following: (1) An executive summary of the proposal and (2) a sequential, detailed response to each numbered paragraph in the specification. For ease of handling and reference, please submit the proposal on 8-1/2" by 11" paper in ring binder or other binding. It will help the evaluation and negotiation process if each page is numbered, including technical or marketing materials submitted with the proposal. The original, clearly marked “original”, and five (6) legible copies marked “copy” & 5 Exact Electronic versions, marked with the RFCSP number and the proposer’s name” on CD or flash drives are desired. The submitted proposals shall be organized to follow the outline below. The proposals will consist of general background information and system description. The outline for the detailed proposal section includes: 1. Executive Summary Each proposal shall contain an executive summary that contains a brief description of the major contents of the proposal. 2. Firm Background Provide a brief description and history of the firm including current size. This section shall take the format of qualifications and shall include the firm's financial history with current financial statements and bank references.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

11

3. Experience and References Discuss the firm's prior experience in providing the proposed system to other organizations with comparable populations and benefits. Provide references of the five most recent installations where the proposed system is in operation. References should include: Client's name: Type of business: Address: Contact: Telephone number: 4. Equipment Functional Description A brief description of the proposed Equipment shall be provided so the Evaluation and Selection Committee can gain a basic understanding of the standard capabilities of the Equipment. Equipment strengths and weaknesses shall be clearly noted. 5. Technical Environment The technical environment that is required to install, operate, and support the proposed Equipment must be indicated. 6. Detailed Response The proposer shall provide a sequential, detailed response to each numbered paragraph in the specification. The response will include any exceptions, conditions, qualifications, or alternatives. 7. Sample Reports and Screens Provide samples of all screens and reports included in the proposed system, as applicable.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

12

10.Installation Installation will be the primary responsibility of the successful proposer. Any and all installation to be provided by the vendor should be clearly identified in worker-days. Indicate the level of effort by task of the installation. Any and all installation work to be performed by the City should be clearly identified in the Proposer’s response. 11.Documentation Each vendor shall indicate the type of documentation provided with the equipment. Include a sample of each of the documents. Mark each document "Confidential," and number each set of documents. 12. Cost Summary All costs to the City must be listed in this summary. The City will not pay any costs associated with the preparation, transmittal, or presentation of any proposals or material submitted in response to this RFCSP. Do not include any State or Federal sales taxes in the proposed costs. The City will furnish an Exemption Certificate to take advantage of the sales tax exemption under Section 151.309 of the Texas Limited Sales, Excise and Use Tax Act. The City will not pay any costs not included in the proposal. In order to recover any additional related costs, such costs must be accounted for and identified in the proposal. Provide a list with descriptions and quantities for all required equipment, parts, and materials for the equipment as proposed. A separate list should show the same information for all options in this specification. After acceptance of an item, the successful proposer must make available to the City, without charge, any enhancements, or any other terms, conditions, or circumstances that favor the City and that are made generally available at no charge to the proposer's other customers. Other enhancements, or other terms, conditions, or circumstances offered to other customers for a charge must also be offered to the City at the same charge. After award of contract any maintenance or improvements in service or other enhancements or features made generally available to customers must also be immediately extended to the City.

2.7

Disqualification of Proposers Proposers may be disqualified for any, but not limited to the following reasons:

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

13

1.

Reason to believe collusion exists among the proposers;

2.

The proposer is involved in any litigation against the City;

3.

The proposer is in arrears on an existing contract or has defaulted on a previous contract with the City;

4.

Lack of financial stability;

5.

Failure to perform under previous or present contracts with the City;

6.

Failure to use City's approved forms.

7.

Failure to attend site visits as required in this document.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

14

SECTION 3 - PROPOSAL EVALUATION AND SELECTION 3.1

Introduction The City of Dallas will conduct a comprehensive, fair and impartial evaluation of all proposals received in response to this request for competitive sealed proposal. Each proposal received will first be analyzed to determine overall responsiveness and completeness to the request for competitive sealed proposal as defined in Section 2.0, Instructions to

3.2

Proposers Evaluation Procedure and Criteria The Selection Committee will consist of City technical, management, and enduser personnel and others designated by the City. This committee will evaluate the proposals based on criteria listed below:

A. Price/Value to the City

30%

B. Capability, Credibility & Expertise of the Proposer

10%

C. Functional Match to City Requirements

20%

D. Technical Match to City Requirements

20%

E. Training and Ease of Use of the System

5%

F. Demonstrated inclusion and commitment to and understanding of the City’s Business Inclusion and Development (BID) Plan TOTAL

15% 100%

As part of the evaluation process, the City may interview Proposers regarding specific areas of their proposals as well as their references. 3.3 Basis of Evaluation It is the Proposer’s 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: A. Related to Criteria A – Value to the City: A.1. Value to the City as determined through pricing and benefits. A.2. Actual cost of various elements of the system as identified in the Proposal Pricing document. B. Related to Criteria B - Capability and Expertise of the Proposer: B.1. Satisfactory company background, references, and financial statements as well as qualifications and experience in the delivery, installation, and maintenance of BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

15

B.2. B.3. B.4.

Microwave Radio Systems. Demonstrated successful experience on similar type projects in organizations the size and complexity of the City will be favored. Understanding of needs and the ability to offer alternatives and new approaches to the City. Leadership and sustainable position in the relevant technical market place. Quality of Project Plan and Project Team

C. Related to Criteria C - Functional Match to City Requirements: C.1. The proposed system’s capacity and capabilities to provide the maximum flexibility for the City using this new technology. C.2. The proposed systems flexibility to expand with the new radio system and new microwave needs. C.3. Satisfactory performance of all questions in the Proposer Questions. C.4. Clear and complete responses to the functional requirements contained in the RFCSP. C.5. Ability to meet the long-term Microwave Radio Systems functional needs of the City. C.6. Vendor’s provision of long term supported interfaces and/or compatible systems. D. Related to Criteria D - Technical Match to City Requirements: D.1. Clear and complete responses to the technical requirements contained in the RFCSP. D.2. Ability to meet the long-term and near-term Microwave Radio Systems technical needs of the City. D.3. Capability as a Proposer to provide a clearly understood hardware and software configuration that satisfactorily meets the requirements of this RFCSP. D.4. True Microwave radio system management software demonstrated by: D.4.1. Successful history of releases and bug fixes D.4.2. Support and maintenance D.4.3. Ease of upgrading to a new release D.4.4. Future plans for the proposed Microwave management system software. D.5. Quality of Implementation Plan E. Related to Criteria E - Training and Ease of Use of the System E.1. Intuitive nature of the application E.2. Simple design of the system E.3. Quality and completeness of proposed training F. Related to Criteria F - Minority Women and Business Enterprise Participation (M/WBE) F.1. Demonstrated inclusion and commitment to and understanding of the City’s Business Inclusion & Development (BID) Plan. F.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 City’s construction, procurement and professional services contracts. The information shall be submitted with the proposal and shall include: 

Submission of an affirmative action plan/policy and the Ethnic Workforce form.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

16

   

3.4

Submission of documentation showing history of M/WBE utilization on previous contracts on the form provided. Firm 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 City’s 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.

Proposal Evaluation Each proposal will be evaluated in each of the major categories listed above. These categories have been listed with weights to indicate relative order of importance to the City.

SECTION 4 – MICROWAVE SYSTEM SPECIFICATIONS 4.1

Introduction The City of Dallas is requiring that the Proposers propose a complete microwave network that will connect many of its major utility, public safety, and radio communications facilities. This section defines the technical requirements for the major equipment items comprising the digital microwave network. Minor equipment and hardware including wiring, connectors, cabling, fuses, circuit breakers, brackets, fasteners, DC power systems/converters or conditioners, and other items which are necessary to provide a complete and fully functioning system must also be furnished and installed by the Proposer. The Proposer will be responsible for the design and delivery of the digital microwave system, as well as installation, optimization, and performance verification testing of the complete network. The topology of the current microwave system is shown below:

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

17

Information detailing the tower sites can be found in Appendix A. Ring protection must be used to the maximum extent practical to provide the greatest reliability and protection against catastrophic equipment failure or loss of a complete site. The Proposer may wish to redesign the network topology in order to add more of the sites to the ring. 4.2

Capacity The microwave network ring must support data rates ranging from 466 Mb Ethernet down to DS1 to efficiently use the available spectrum and bandwidth. Contractor must provide a detailed channel plan for the microwave system. Capacity requirements for the non-ring spurs are shown in Appendix B. The Proposer shall describe future system capacity expansion capabilities and expansion limitations for the proposed equipment, including module/filter replacements, antenna changes, etc.

4.3

Ethernet and Internet Protocol The Microwave radio network will be provisioned for a new multi-band, TDM (T1) / Ethernet (IP) hybrid digital microwave communications network with the primary objective being to support the existing two-way radio systems and future P25 simulcast system to be shared by the City of Dallas and Dallas County. The microwave radio network shall be of such design that any unused T1 traffic bandwidth is available to the Ethernet bandwidth. T1 traffic must be true TDM and Ethernet traffic must be true Ethernet. Ethernet over T1 or T1 over Ethernet is not allowed due to latency concerns. The system should allow priority designation and assignment of designated paths, traffic and identified sources. The priorities will be designated and assigned but must be able to be changed during special events or special need times.

4.4

Multi-Protocol Label Switching (MPLS) MPLS shall be implemented throughout the network, and shall be configured such that Public Safety traffic has top priority over other traffic.

4.5

Redundancy and Reliability 1. Redundancy:

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

18

Where ring protection exists, non-redundant radios may be provided, so long as the network availability requirement is met (see below). Wherever ring protection does not exist, radios shall be configured as monitored hot standby (MHSB) or MHSB with space diversity. Redundancy of the microwave radio network shall be provided, down to the DS1 level, such that no single failure will disrupt more than a single DS1, assuming normal ring availability and operation. 2. Network Reliability: For the core network ring, a minimum of 99.999% availability at full bandwidth shall be achieved using the below formula: Equipment: N Ue [Uo] Path: N Up [(N-1)Up+Uo] Where N = Number of sites Ue = equipment unavailability for each link. Up = path unavailability for each link. UL= Loop-switch or other ring switch equipment unavailability. Uo = (N-1) Ue + UL 3. Microwave Path Reliability and Design: Path design data shall be provided for all proposed paths. This design data shall include path profiles, reliability calculations, radio and antenna details, and all other supporting data. Proposer shall include a tree growth factor of 10 ft. to be added to measured tree heights at critical points along all microwave paths. Path profile data sheets included with final path engineering documents shall clearly denote the tree growth factor used at each critical point. For calculating path clearances on non-diversity paths or top dishes on space diversity paths, use classic heavy route criteria of 100%F1 @ K=4/3 and 30% F1 @ K=2/3 must be used. For diversity paths (top to bottom dishes), clearance must be as provided for in ITU-R Rec. P.530-11. All paths in the system, including rings and spurs, shall be designed for a minimum two-way path reliability of 99.9999% per year using the VigantsBarnett model. The 10-6 BER receiver threshold at full capacity bandwidth shall be used as the outage point. Adaptive modulation must not be included in any path reliability calculations. Minimum fade margin for any path must be 38 dB. All paths in the system, including spurs and rings, shall have a required long-term, unfaded RBER (residual bit error rate) of 10-11. BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

19

All paths using the 11 GHz band and any band where rain outage is a significant factor, shall be designed for a minimum two-way rain availability of 99.9999% per year, using the parameters and methods of Crane1 with latest published rates or charts. Contractor shall be responsible for the complete design of all microwave paths. If criteria other than those defined in this section are proposed, Proposer shall provide details in the proposal, stating all specific differences and why those are being suggested in place of those stated. Contractor will be responsible to perform physical path surveys to locate obstructions on the paths and to ensure that proper path clearances are maintained in the design. Contractor shall guarantee the paths clear of any and all obstructions and that reflections are not an issue. Contractor shall be responsible to provide all personnel, maps, proper instrumentation and any other equipment or material necessary to perform the physical path and site surveys. In executing the path surveys, if a particular location along the path is already developed with existing structures not likely to be rebuilt or extended/expanded, the Contractor shall state the pre-existence of these objects. Also, Contractor shall search for existing construction plans, permits, etc. for proposed structures (towers, buildings, landfill, mining operations, stock piles, etc.) along the projected path. If new or existing structure(s) are proposed to grow in height, the Contractor must take the future construction into account in the microwave path calculations. Contractor must provide results of the physical path surveys on every path. These submittals must provide, as a minimum, the following information:  Verified site geodetic coordinates in NAD83 formats  Verified ground elevations along paths  Obstruction heights and locations along microwave paths  Path profile characteristics, path clearances at critical points along the path, potential reflection points and natural/manmade shielding along the paths are to be identified /noted and discussed in detail Contractor must provide results of physical site surveys of every site. These submittals must provide, as a minimum, the following information and material:  Verified site geodetic coordinates in NAD83 formats  Verified site elevations  General site characteristics: access, nearest utility power location, soil conditions, surrounding land features, and optimum positioning for new towers

1 Crane, R. K., "Electromagnetic Wave Propagation Through Rain," Wiley, 1996

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

20

  4.6

Location map plotted on USGS 7.5 minute map Proposed plot plan

FCC and FAA Authorizations 1. Microwave Licensing The Contractor will be responsible for all microwave frequency coordination and licensing (both new licenses and modification of existing licenses) including the payment of all associated costs at the Contractor’s sole cost and expense. The FCC Call Signs for the frequencies in the current system, which are available to be modified for use in the new system, are:  WED392  WED393  WED394  WED395  WED396  WED397  WED398  WED399  WED400  WNTY608  WPNG246  WPNG247  WPNG248 2. FAA Clearances For any site where the height of an existing tower will be increased, or where the current FAA tower notice is no longer valid due to transmitter frequency or power change, the Contractor must file a "Notice of Proposed Construction or Alteration" (form 7460-1) with the Federal Aviation Administration ("FAA").

4.7

Microwave Equipment 1. Frequencies, bandwidths, licenses and technical parameters Contractor shall develop a system layout and frequency plan which will provide the most reliable propagation using available frequencies, while appropriately considering rain fading characteristics of the various frequency bands in the Dallas area. The RF paths planned for the digital microwave network will utilize FCC Part 101 frequencies assigned for full-period service in available 6, upper 6, 11, and 18 GHz frequency bands. 11 and 18 GHz frequencies must operate in the vertical polarity.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

21

To the greatest extent possible, consideration will be given to minimizing differences in product lines and equipment types while maximizing availability and performance. 2. Microwave Radio Specifications All microwave radio equipment will be of the type intended for indoor installation, and will be installed in 7 foot tall, self-supporting, EIA standard, 19” equipment racks. Absolutely no split-mount microwave equipment will be allowed unless accessible by regular (not climber certified) maintenance personnel. Each rack will have a separate fuse panel with alarm and a ground bar. Redundant equipment shall have dual, independent power feeds from separate circuit breakers to ensure that no single point of failure will cause a disruption of service. All indoor microwave site equipment shalloperate within the full specification requirements over a temperature range of 0° to 55° C with up to 95% humidity (non-condensing). All work on towers will be done by certified (and licensed if required) tower climbers utilizing standard safety requirements with a spotter on the ground. Successful bidder assumes all risk and liability regarding installation workers safety. The microwave and ancillary equipment shall be designed and manufactured for continuous duty operation in a fixed station application, be of all solid state design, and have an expected operational service life of at least 15 years with proper maintenance and service. All radios will be compliant with FCC Rules and Regulations, Part 101 and type-accepted for its intended use, specifically including spectral density requirements. MHSB (monitored hot standby) receivers where required will be provided with an asymmetrical RF directional coupler having less than 1 dB loss to the preferred receiver and 7-10 dB to the non-preferred receiver. Switching between redundant receivers in MHSB or SD configurations will employ hitless switching, causing no errors in the data throughput. Microwave radios configured as MHSB, will have the capability to automatically switch far end transmitters via a control signal through the reverse path when the BER of both receiver’s BER Degradation falls below 10-6. Radios configured for space diversity shallinclude an adjustment to equalize delay (DADE) for different waveguide lengths for space diversity antennas. BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

22

Radios will be installed accessible to general maintenance personnel. Microwave network equipment only accessible by climber certified personnel IS NOT be allowed. Minimum additional functional requirements for each microwave radio will include:  Forward error correction  Time domain and slope equalizer  Automatic Transmitter Power Control (ATPC)

4.8

Microwave Radio Service channel and Orderwire The digital service channel will employ radio overhead or SONET overhead to permit a minimum of one (1) voice circuit and two (2) independent RS232C data transmission circuits between all sites without consuming payload capacity. The service channel will be interconnected between radios to prevent loss of channel connectivity in the event of loss of any single spur or ring radio. Each site will be equipped with a complete orderwire / voice maintenance channel unit with selective call and “all-call” features, and including a speaker, ringer, and DTMF handset.

4.9

Diagnostics, Controls and Alarms 1. Microwave Radio Control and Monitoring Functions All microwave radios will have local, on-site provisioning, control, and monitoring capability via a keypad, craft interface terminal or simple computer terminal provided at each site. This capability must:  Allow configuration of software-programmable radio parameters, monitoring of radio status and faults, observation of various traffic performance measurements, including alarm history and chart data of RX level over time.  Provide access to the same information from any other radio at any site in the system. Operate independently of the centralized SNMP network management system (NMS), specified elsewhere in this RFP. Proposer will supply a list of alarms, programmable parameters, and manner of access to for each type of microwave radio. At least eight (8) external alarms and at least four (4) external control points (for environmental alarm and control) shall be provided for each site, in addition to those internal ones employed for radio and SONET

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

23

multiplex alarm and control. Each external alarm or control interface must use a dry contact interface. Radio status and performance information shall also be made available via an SNMP network management system (NMS), specified elsewhere in this RFP. 2. Microwave Radio Network Management Systems (NMS) A NMS’s shall be provided for the microwave radio network. The NMS shall have at least two points of access to its respective operating radio network, such that no single point of failure or ring operation may disrupt communication between the masters and their respective operating equipment network. Two identical NMS will be provided at two (2) locations, primary and backup. Each master must:   

  

be powered by 120 VAC/60 Hz from a UPS provided by Proposer to carry the planned load for at least 4 hours, include dedicated PC’s or workstations, each with full capability to easily and effectively view all system graphics, monitor the status of any alarms, and operate any control points on the system, contain graphical user interfaces (GUI’s), views including, as a minimum, an overall system map, a site detail of each site and an equipment rack or subsystem, suitable for viewing details of individual equipment shelf or module status. provide time-date-site-event logging and storage of individual alarm, fault or status changes with sufficient storage capacity to record all events for a period of at least 40 days, Include any and all PC’s, monitors, mice, storage devices, servers, modems, routers, switches, cables, connectors, software and any other items or accessories necessary to make each master fully operational. Include software and hardware as needed for configuration and provisioning management as well as performance monitoring of its respective network,

The master at the Primary Center(s) will include long-term storage hardware and software tools for all logged alarms to be stored for a minimum of 10 years, while allowing efficient searching and retrieval of events for trend and after-action event analysis. In the proposal, Proposer must:  List all alarms for each microwave radio type,  List all alarms for the SONET or other multiplexer,  Separately explain how the information will be transported to the masters from the radio and from the multiplex equipment,  Explain how the information will be displayed on the respective masters,  List what equipment will be provided at the master sites. BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

24

4.10

Other Requirements 1. General Equipment Requirements for All Microwave Sites All materials, design, and construction procedures shall be in accordance with all applicable federal, state and local building codes. Equipment to be used in the primary and backup master sites shall be provided in racks to the maximum extent practical, except for alarm and control computers and monitors, which may be better suited for desk-top placement. Shielding and filtering must be provided to prevent interference from, or to, other radio frequency equipment installed near or in the vicinity of the proposed equipment. The equipment shall meet or exceed spurious frequency emissions, conducted or radiated, as outlined in Part 15 of the FCC Rules and Regulations, Subpart J, Class B Computing Devices. Equipment must be operationally compatible with the following types of equipment located adjacent to the microwave radio:  VHF Base/Mobile Stations  UHF Base/Mobile Stations  700/800 MHz Base Stations  VHF/UHF Hand-held Radios  DC Power Systems 2. Equipment Operational Rules, Regulations, Standards, and Specifications All microwave system equipment, microwave path design and construction shall comply with the latest editions of the following applicable rules, regulations, standards, and specifications:  Federal Communications Commission (FCC) o Rules, Part 2 o Rules, Part 15, Subpart B for Class A devices o Rules, Part 101, Fixed Microwave Services  BellCore Technical References and Advisories and Compatibility Bulletins: o GR-1089-CORE – Electromagnetic Compatibility and Electrical Safety General Criteria for Network Telecommunications Equipment o TR-NWT-000063 – NEBS Generic Equipment Requirements o GR-NWT-000253, Issue 6 – Synchronous Optical Network (SONET) Transport Systems: Common Generic Criteria o TR-TSY-000332 – Reliability Prediction Procedures for Electronic Equipment o TR-TSY-000496, Issue 3 – SONET Add-Drop Multiplex

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

25



4.11

Equipment (SONET ADM): Generic Criteria o GR-1400-CORE, Issue 1 – SONET Dual-Fed Unidirectional Path Switched Ring (UPSR) Equipment Generic Criteria o TR-TSY-000499 – Transport Systems Generic Requirements (TSGR) Common Requirements, Issue 2 o TA-TSY-000752 – Microwave Digital Systems Criteria o TR-TSY-000009 – Asynchronous Digital Multiplexer Requirements and Objectives American National Standards Institute (ANSI) and EIA/TIA standards: o T1.105 – Digital Hierarchy Optical Interface Rates and Formats Specifications o T1.106 - Digital Hierarchy Optical Interface Specifications (single mode) o T1.102 – North American Digital Hierarchy – Electrical Interfaces o T1.313 – Electrical Protection for Telecommunications Central Offices and Similar Type Facilities o T1.333 – Grounding and Bonding of Telecommunications Equipment o T1.334 – Electrical Protection of Communications Towers and Associated Structures o ANSI-J-STD-607-A-2002 - Commercial Building Grounding and Bonding Requirements For Telecommunications o T1.403 – Extended Superframe Format Interface Specification o C37.90.1 – Surge Withstand Capability Tests o C37.90.2 – Withstand Capability of Relay Systems to Radiated Electromagnetic Interference from Transceivers o TIA/EIA-222 (latest version) – Structural Standards for Steel Antenna Towers and Antenna Supporting Structures o RS-252- (latest version)– Standard Microwave Transmissions Systems o TSB-10-F – Interference Criteria for Microwave systems o EIA-195 (latest version)– Electrical and Mechanical Characteristics for Terrestrial Microwave Relay System Antennas and Passive Reflectors o EIA- 210 (latest version)– Terminating and Signaling Equipment for Microwave Communications Systems o EIA-310 (latest version)– Racks, Panels, and Associated Equipment o Traffic interface and access

DSX, System Timing and Loopback Testing A DSX access panels and/or RJ 45 jack panels will be provided at every microwave site and shall serve as the demarcation point between the microwave network and customer equipment, including the two-way radio systems. If needed, the DSX panel shall provide access to every DS1 circuit dropped at the site, whether subsequently connected to a DS1 interface to another

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

26

microwave radio, to a radio system base station, to a channel bank or to a router. Jacks for line, equipment and monitor must be provided for each circuit, allowing for isolating and testing in either direction. Sufficient quantity and stability of precise timing sources shall be provided and employed to ensure synchronization of all nodes in the system. Contractor must explain in detail and show in a timing diagram where clock sources will be employed and how system synchronization will be achieved. Loopback test capability will be provided at each site for each circuit and for each traffic speed accessible at that site. Loopback will be controllable locally and from the remote end of a circuit, as well as via the SONET multiplexer and its NMS master. 4.12

DC Power System All microwave site equipment (radios, alarms, except the waveguide dehydrator) must be powered by a positive-ground, 48-volt battery system furnished by Contractor. Each system must include batteries, battery rack or mounting hardware, float-type battery charger, low voltage disconnect, and DC load center. The entire DC power system shall be sized to accommodate the number of electrical circuits and the electrical load of the equipment specified in this project plus a future growth of 50% of load and circuits. Each battery charger must:  Be modular and sized to power the full load (including the future growth identified above), as well as recharge a fully discharged battery in less than 24 hours.  Have sufficient filtering and regulation to power all or any portion of the load without the need for batteries.  Be provided with dual AC input circuits and circuit breakers (such that there will be no single point of failure), DC circuit breaker, DC voltmeter, DC current meter, current limiting and high voltage shutdown circuitry and continuous float voltage adjustment.  Have separate dry-contact alarm points for, as a minimum, low voltage, high voltage, charger failure and loss of AC input.  Operate from 125, 208, or 240 VAC, as appropriate to the site installation.  Employ redundant rectifier modules, provided on a 1:N basis, such that no single failure will overload the remaining system, even with future growth included. Each battery system must:  be modular and of the stationary, sealed, valve-regulated, maintenancefree type  be designed for a minimum 20-year life expectancy  Have sufficient capacity to provide a minimum of 8-hours operation of the

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

27

 

microwave station equipment including the future growth identified above. Include secure mounting rack or facilities and include protection from ruptured battery cells. Not require venting facilities or a special battery room.

A rack mounted DC load center with circuit breakers shall be provided with the DC power system to provide protected DC distribution to all -48 VDC-powered equipment, including future growth. An automatic low-voltage disconnect shall be provided to protect the batteries from excessive discharge. 4.13

Grounding The Successful proposer will be required to perform a grounding audit of all sites that will have microwave equipment installed at them. After determining the sites’ needs, the Successful proposer will include the costs to bring each of the specified microwave sites up to grounding compliance. Compliance must adhere to the latest revision of either the Motorola R56-Standards and Guidelines for Communications Sites or the Harris Corporation Site Grounding and Lightning Protection Guidelines (AE/LZT-1234618/1). This includes complete grounding of standalone radio sites and site equipment as well as designated rooms, equipment closets and areas specified by City personnel in installations at buildings. These designated locations will be specified by City personnel during required site walks.

4.14

Microwave Antenna Requirements Microwave antennas must be selected by Contractor and be FCC-Part 101Category “A” compliant, parabolic dishes. All microwave antennas, regardless of size and frequency band, must be provided with protective radomes, standard four-inch pipe mounts, dual side struts and ice shields unless installed at the top of the structure and where ice from other structures can’t do damage. Antennas, side struts, ice shield mounts, transmission lines and grounds must be attached to the tower in accordance with the manufacturer’s instructions and relevant EIA/TIA standards. Antenna systems must use standard waveguide sizes and rectangular flanges of a consistent type to the maximum extent practical, so as to minimize sparing and tool costs. All transmission lines must be either pressurized jacketed copper elliptical waveguide or jacketed copper coaxial cable in continuous lengths without splices and must be installed in accordance with manufacturers’ specifications.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

28

Where transmission lines consist of elliptical waveguide, it must be of premium quality, use pre-tuned connectors, and include rigid and flexible waveguide sections that provide a measurable return loss equal to or greater than 23 dB, as measured at the antenna port of the radio. Flex waveguide will not be used outdoors. An AC-powered, automatic dehydrator of the mechanical, non-desiccant type, and all accessory equipment, including line monitoring for each waveguide and an overpressure relief valve, shall be provided for every microwave site with a pressurized feedline. The dehydrator shall provide the necessary capacity for all of the waveguides and feedhorns with an anticipated leak rate of 1%, and provide sufficient capacity to maintain a stable pressure during a 19C (35 F) temperature drop in 60 minutes. All dehydrators shall provide dry contact alarms for at least low pressure, high humidity and excess run time alarms. 4.14

Installation of Equipment Installation work will be performed in a neat and professional manner and must be consistent with OSHA requirements and the best design, engineering and installation practices. Any damage done by the Contractor or its Subcontractors to City property or the property of others because of Project work will be repaired at no cost to the City. Equipment, parts and components will be installed in a manner that allows for easy maintenance and servicing. Accessibility to installed equipment will be to OSHA standards Equipment, parts and components will be installed securely in a manner that prevents movement in the event of an earthquake or inadvertent contact by persons or objects. Equipment, parts and components will be rack-mounted. All workmanship and materials will comply with all federal, state and local laws, municipal ordinances, regulations, codes and directives from properly appointed authorities having jurisdiction. The Contractor will obtain and pay for all permits and licenses required for the performance of the work, and must post all notices required by law and comply with all laws, ordinances and regulations bearing on the conduct of the work. On any work upon which an inspection certificate by local authorities or other governing body is required, such inspection certificates must be obtained and paid for by the Contractor.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

29

The Contractor will procure all required certificates of acceptance or completion issued by local authorities or other authorities having jurisdiction, and deliver these to the City. The Contractor will take the necessary steps to minimize any disruption, which may result from its work, and be prepared to stop work immediately at the request of the Project Manager, Communications Manager, or any member of the Police or Fire Department during certain emergencies and this action must have no effect on project scheduling. Disruptions are not anticipated to be lengthy.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

30

SECTION 5 – MICROWAVE SYSTEMS ACCEPTANCE AND TESTING Proposers shall understand that the ultimate acceptance for the microwave system is its functional suitability to meet the operational requirements of the radio system, which it was designed to support. That being the case, despite any testing, reviews, or demonstrations of the microwave system, acceptance or approval of the system may be withdrawn or superseded at any time if operational requirements of the radio system are found unfulfilled by the microwave system. Those requirements may necessitate additional equipment or modification of the microwave system at any time that the then-current system is found lacking. Contractor must make any and all such changes, as may be required at no cost to the City of Dallas. 5.1

City Required Documentation for System Acceptance Within 60 calendar days after final radio system design, for every piece of equipment provided, the Contractor shall provide three (3) paper copies and three (3) electronic copies the following items for review by the City:       

5.2

Manufacturer’s Product Literature, Manufacturer’s Performance Data Sheets, Manufacturer’s Published Standard Warranty, Samples of all relevant manufacturer’s standard factory test and inspection forms, Complete Set of System Configuration Drawings, including an index listing, Final Design Equipment List, organized by site, Final Design Equipment List, organized in a sortable, Excel spreadsheet format with equipment line items as rows and site designations as columns.

Microwave System Acceptance Process The microwave system acceptance process consists of several steps, itemized as follows:       

Review final equipment list for each site, including description, OEM name, model number, quantity, software revision number, Review relevant manufacturer’s standard factory test data sheets, Determine specifications to test or demonstrate and where each should be performed, Develop factory acceptance test (FAT) procedure, Develop field test procedure, Perform FAT procedure until confirmation of compliance is obtained, Perform field test procedures until confirmation of compliance is obtained,

Assuming that manufacturer’s quality assurance program satisfies the City’s requirements, redundant verification of manufacturer’s standard production test measurements will not be required. However, some sampling, as directed and BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

31

observed by the City, may be required and shall be accommodated by Contractor. 1. Microwave Factory Acceptance Testing (FAT) The microwave system factory acceptance testing must:  Be set up as a single, completely interconnected and configured system simulation including all electronic equipment, specifically including all radios and NMS equipment,  Include simulated system conditions for hop-to-hop fade margins and end-to-end BER measurements.  Test Ethernet quality using RFC 2544 and other such test.  Demonstrate actual system equipment operation with various staged fault conditions of the operating NMS. Acceptance testing of the microwave system shall include, but not be limited to, the below list of specific tests and inspections. Each test must be performed, at least once, whether as part of the manufacturer’s manufacturing and quality assurance program or as part of this contract’s FAT. Regardless of when performed, complete documentation of each test and its results, signed by the Contractor, must be shipped with each corresponding piece of equipment. Each alarm-generating test shall be verified to produce a corresponding alarm on the NMS and the craft interface terminal. The results of the tests and the associated punch list of outstanding items for re-testing, if any, must be signed by both parties and forwarded to the Buyer for review and acceptance. Any outstanding items must be resolved within seven (7) working days and these items must be re-tested. If the outstanding items have an effect on other previously performed tests, then re-testing of those tests must also be included. DC power supply specific tests  measure all accessible power supply voltages and verify compliance with manufacturer’s published specifications, Radio specific tests  Radio nameplate/label and provisioning with system documentation,  Receiver Checks to include frequency, sensitivity, AGC calibration, MHSB switching, alarm verification to NMS,  Transmitter Checks to include frequency, power, MHSB switching, alarm verification to NMS, Transmission specific tests  Orderwire levels and function, DTMF dialing – selective and all-call  Reverse Channel Switch (MHSB only) 2. Microwave Field Testing Complete documentation of Field Test results must be provided upon compleBHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

32

tion of testing. The following tests, in addition to other standard manufacturer’s test procedures, must be performed:  Antenna system: o Each path shall be aligned and tested to conform with engineering design and path survey calculations, o Each antenna waveguide shall be swept and plotted in accordance with manufacturer’s specifications. Measured return loss must be a minimum of 23 dB across the entire frequency band of interest. o Antenna waveguide shall be pressurized in accordance with manufacturer’s specifications and leak down tests will be performed to ensure leak rate does not exceed manufacturer’s specifications, o Verify waveguide pressure alarm to NMS master, o Verify the correct antenna sway brace and ice shield configurations, o Verify proper grounding and waveguide support  Power Plant: o Measure and record individual cell and power plant total output voltages o Set float voltage on charger o Set and verify alarm thresholds on battery charger in accordance with manufacturer’s specifications. Verify alarm indication on NMS  Radios: o Transmitter: Using calibrated test equipment, Measure and record transmit power and frequency; verify operation of ATPC, if and where used. o Receiver: Using calibrated test equipment, Measure and record RF receiver local oscillator frequency; Receive signal level (RSL). Verify MHSB, and/or space diversity error-less receiver switching and operation of reverse path protection, as applicable  Overall RF system: o Using calibrated test equipment; including BER test sets, perform a transmitter fade margin test on each path in both directions. Measure and record the 10-6 BER threshold and relevant AGC voltages and RSL readings. Results must be tabulated, compared with calculated predictions, summarized, and signed by Contractor’s test team, witnessed by RCC, and submitted to THE CITY OF DALLAS for approval. o BER test shall be performed for 12 hours per TX and RX on each microwave hop. The contractor may daisy chain the hops during the test but if a bit error occurs the test must be repeated. o Test Ethernet quality using RFC 2544 and other such test.  NMS: o Verify each environmental alarm from each site, specifically including: open door, AC power failure, high temperature, low temperature, smoke detector, battery charger failure, low BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

33

o o o o o o o

waveguide pressure, tower light alarm, and fuse panel alarm, as applicable. Verify reporting to all NMS master sites. Verify proper display, acknowledging, logging and storage of all alarms by each master Multiplex, timing and synchronization: Verify DS1 operation using BER test set at DSX demarcation points on a loopback basis, as well as a point-to-point basis from each site to ensure absence of timing problems. Verify that synchronization is maintained on each DS1, equipped or unequipped Verify operation of timing network in normal and backup (failed clock module) modes in all ring configurations Verify proper automatic, alternate-route ring switching in all rings, as applicable

3. Total microwave system availability test After completion of installation and all other testing, a 7-day period shall begin during which all equipment must perform failure-free.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

34

SECTION 6 – MICROWAVE SITE VIDEO CAMERA SYSTEM Proposers will be required to provide as part of the proposal labor, material and equipment costs to install and maintain a digital video surveillance system. The system will include a combination of indoor and outdoor fixed-view, digital color cameras located at designated sites as designated in Appendix C. The system will include remote viewing capabilities that will provide for viewing of live and recorded video at various locations. The system will be transmitted across the Microwave system. Work must include all labor, wiring, conduit, and associated hardware for a complete and usable system. All wiring must be hidden as much as possible and installed in a manner to provide maximum protection from weather conditions and vandalism. All hardware and software specifications sheets are required, including annual maintenance/support costs, estimated useful life of hardware, manufacturer make and model, and full technical specification including camera resolution. Please note, although not preferred, a wireless transmitter/receiver could be used to provide coverage in an area not accessible by a hard wired system. The System Shall:  Consist of fixed position, pant tilt zoom (PTZ), color, closed circuit television digital cameras installed at various locations inside and outside the buildings and areas which shall be determined by the Contractor, and approved by the City. The cameras shall have the ability to capture and store images from cameras digitally to a digital video recorder as specified below.  Feature the ability to record all cameras simultaneously.  Permit simultaneous recording and live viewing of cameras both offsite via internet and on site on a monitor provided with system.  Permit simultaneous recording of cameras while viewing previously recorded images.  Permit multiple cameras to be viewed simultaneously on a single monitor.  Permit access to system via internet via virtual private network connection  Specified system will have the capacity for additional cameras if needed  System will have the capability to be securely managed remotely over the internet through a web browser via virtual private network connection.  All materials and equipment shall be standard, regularly manufactured equipment. All systems and components shall be thoroughly tested and proven in actual field use.  The City would prefer High Definition Cameras but proposals can include HiResolution cameras. Please provide the image resolution of each camera proposed.  The City would prefer an IP based CCTV system which adheres to H.264 compression standards, and can record in CIF, 2CIF, and 4CIF resolution Digital video recorders (DVR) 

DVRs location within the building shall be determined by the Contractor, and approved by the City. DVRs will be located at each of the video sites.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

35

    

City will provide power at DVR locations DVRs shall have the storage capacity for a minimum of 90 days of recording. This storage can be internal, external or a combination of both in order to accommodate 90 days of data. DVRs shall have archive/export capability to a DVD and external USB device. Format will be a standard which can be viewed on a standard PC with the Microsoft Windows 7 operating system. DVRs will be equipped with a monitor. Location and specifications shall be determined by the Contractor and approved by the City. Cameras

     

Cameras shall be positioned at locations approved by City staff to provide optimum coverage. Camera housings shall incorporate vandal resistant features. Cameras shall be in weatherproof housings where applicable. Cameras shall have day/night viewing capabilities. Contractor shall provide detailed explanation of night vision capabilities Camera mounting shall be reviewed with City prior to installation. Cabling and cross connection to provide complete circuit from camera location to DVR head-end at each camera installed. Installation

    

 



Terminate and mount cameras per the manufacturer’s instructions. Supply and install appropriate lens on all cameras. Install cameras at optimal locations taking in consideration view, focusing, vandalism, and functionality. Set up and adjust cameras as recommended by the manufacturer and to the satisfaction of the City. All wires and cable shall be located within walls and above ceilings whenever possible. In the event cable or wire cannot be concealed in existing structural areas, wire and cable will be routed in conduit. Conduit or similar protected chases will be utilized on all vertical runs to surface-mounted devices. All wires and cables shall be code compliant for the application, location and manner in which the cable is used and installed. All equipment, components, wire, cable and mounting hardware are to be provided and installed as required to meet manufacturer’s specifications and documented installation procedures. Whenever components are included from sources other than the manufacturer, the Contractor shall demonstrate and verify that the components are compatible, prior to system acceptance and shall verify to City that such components will not void any part of the system or equipment warranty. Control panels and devices shall be rack-mounted as applicable by manufacturer’s recommendation. Surface mount panels, if any, shall be mounted utilizing appropriate bracing and anchoring. All terminal blocks, control panels, wire junction points, etc., will be fully enclosed in manufacturer’s recommended enclosures. Exterior-mounted devices shall be mounted in NEMA-rated enclosures as applicable.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

36



  

All wire and cable will be appropriately labeled and marked at termination points, clearly identifying the line and its intended use. All mid-point terminal or junction points will be labeled appropriately. Any punch-throughs, or other breaches in fire separation barriers, will be appropriately re-sealed upon completion of the wire runs. Prior to termination, Contractor will verify, by industry recognized standards and manufacturer’s recommendations, the reliability of wire runs, testing for opens, shorts, ground-loops, etc. Prior to initial start-up of the system, Contractor will ensure all components are appropriately grounded and shielded according to manufacturer’s recommendations and industry standards. Contractor will be responsible for all initial programming of the system including naming all points in the system, establishing basic recording parameter and time schedules and any other parameters in order to make the system operational.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

37

SECTION 7 – ADDITIONAL FEATURES AND SERVICES Proposers are encouraged to quote optional service and capabilities that may be attractive to the City. These will be based upon site visits and Proposer’s extensive experience in understanding and recognizing capabilities or additional features that the City may find useful in managing the radio system and its additional pieces. Proposers will not be graded on the additional features.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

38

SECTION 8 - GENERAL TERMS AND CONDITIONS 8.1

Installation & Acceptance

The Proposer shall be responsible for the programming of the devices, and for installation of the devices in radio sites and in other fixed locations. Quoted pricing must include all charges including freight. 8.2

Shipment and Delivery

All prices must be quoted F.O.B. destination. 8.3

Acceptance

The City will conduct an initial acceptance test / pilot period of 30 days. If any failures (complete or partial) occur or it is found that the selected system does not perform according to City's and/or manufacturer's specifications during the acceptance test period, it shall be the City's option to halt the acceptance test until such discrepancies are rectified and then perform, from the beginning, a second thirty (30) day acceptance test. Should any failures or discrepancies arise during the second acceptance test period, the City shall have the option of either rejecting the selected proposed system and terminating the contract or allowing the vendor to correct the problems after which further acceptance testing will be conducted. Should the contract be terminated, the Vendor will remove all equipment and all Vendor supplied software and equipment will be returned to the Vendor. The Vendor will promptly refund monies paid for those units. The specific terms and conditions of Installation and Acceptance Testing are more fully described in the City sample contract. 8.4

Invoicing

Upon completion of installation and acceptance by the City, vendor will immediately submit a detailed invoice containing part numbers, serial numbers, equipment information and detailed services costs. As these items may be funded using grant monies, these invoices may be subject to audit by State, Regional and Federal inspectors upon demand. Upon successful completion of acceptance testing, City shall notify vendor of same in writing. Payment for furnishing and installing the vendor provided equipment shall be in U.S. dollars. City shall make best efforts to make payments within thirty (30) days of receipt of the invoices. 8.5

Payment and Taxes

The City is a municipal corporation and payments are subject to annual appropriation. The City is a tax-exempt municipal corporation and shall not pay any taxes resulting from this agreement or any activities hereunder, unless, hereafter, Local. All payments for products and services will be made on an annualized basis to the Proposer meeting the requirements of the City as outlined in this proposal. Such payments will be contingent on annual appropriations approved by City Council. BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

39

8.6

Warranty

The supplier, and/or manufacturer shall warrant all equipment, software, and hardware specified by this document for a minimum of one (1) year from the date of acceptance. The manufacturer's warranty shall include on-site service, two-way transportation, parts, and labor to provide necessary repairs. All components shall be of high quality, new and unused, complete in all respects, containing all necessary parts, and in perfect working order. Anything found not meeting these specifications or manufacturer's published specifications for reason of design or construction may, at the discretion of the City, be returned to the manufacturer at the manufacturer's cost (two-way transportation, parts and labor) for correction of the discrepancy or replacement. As a possible option, the City would like the price for a three year warranty. The initial software warranty period must include service for 24 hours per day, seven days per week, including holidays, for on-site service for critical issues affecting the microwave system. The guaranteed response time must be within four (4) hours. The initial response may be by phone call or electronic mail via the Internet. If software service issues cannot be resolved by these two methods, it shall be the vendor’s responsibility to have an authorized representative on site, within 24 hours of the origination of the service call. 8.7

Ongoing Service and Maintenance

Proposer shall quote the cost to provide an annual service and maintenance contract that will cover the system, equipment and software after expiration of warranty for a period of up to sixty (60) months. The maintenance quote will be quoted per unit’s annual maintenance cost. Payment terms shall be annually in arrears, subject to the availability of funding.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

40

SECTION 9 - TRAINING Ten copies of training documentation shall be provided to include proper instructions relative to the operation of the hardware and software applications. The cost of training will be included in the base cost of the proposal. The City will provide copying services for training materials needed that exceed the ten originals. One copy of the entire training documentation shall be provided on CD-ROM or removable electronic media utilizing Microsoft Word or Adobe PDF. The City will be allowed to make other electronic or paper copies as may be needed. Training shall be provided to technicians who shall have the responsibility to train other members in the day to day use of the equipment, repair of the equipment and diagnosis of problems with the equipment. Training shall be provided to these technicians in the form of a hands on classroom. Written training materials shall be provided for each technician. The material shall include screen captures to assist in future visual training aids. Training classes may have up to 5 persons per class. It is anticipated that two classes will be required for each model to enable all technicians to attend. The City will provide the classroom, in City facilities, the hardware as required, and the visual aid equipment that may be needed. The costs of additional training classes beyond the training for the original ten technicians will be made available so that future technicians can be trained at the Proposers facility. Classes will be scheduled on different days and may be weeks or months apart depending on when the vendor is ready for deployment and at the City’s discretion. Training classes, training content, and schedules for classes will be mutually developed by the City and the Vendor. The City reserves the right to videotape any or all-training sessions. These videotapes will be for City use only, for future training as needed. Training schedules will be mutually agreed upon between the City and the Vendor. All training classes will be conducted during normal business hours.

SECTION 10 - SPECIFICATIONS Vendor shall include with a proposal, a complete list of specifications of equipment being offered.

SECTION 11- INSURANCE The selected vendor must provide a certificate of insurance evidencing proof of General Liability, Automobile, and Workers’ Compensation/Employers Liability insurance coverage’s as set forth in Attachment A. The City of Dallas will be provided a Waiver of Subrogation waiving Rights of Recovery against City of Dallas on the Workers’ Compensation/Employers Liability policy. The City will be shown as the certificate holder. This insurance must stay in force for the duration of the contract. BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

41

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

42

APPENDIX A-EXISTING MICROWAVE RADIO SYSTEM Site Name

Lat

Lon

Address

ATC Evelyn

N 32 45 52

W 96 52 07

Cedardale

N 32 38 45

W 96 46 33

2833 Redmond Ave. 2815 Cherry Valley

City Hall

N 32 46 35

W 96 47 45

Crown Park

N 32 53 52

Crowley Courts

AGL (ft)

Current Microwave

440 180

Ring 6Ghz

1500 Marilla

130

W 96 53 59

2300 Crown Road

120

N 32 46 39

W 96 48 52

133 N. Riverfront Dr.

130

Dawson

N 32 46 56

W 96 46 31

3131 Dawson St.

500

DPD Headquarters

N 32 48 05

W 96 47 41

Florina

N 32 38 32

W 96 57 18

Ring 6Ghz Ring 6Ghz, 2.4 and 4.9 Spurs to Whitlock and 10 GHz to Northwest 2.4 GHz Spur from City Hall Ring 6Ghz, 6 GHz Spur to Rose Hill, 10 GHZ Spurs to Fair Park, OCMC, South East and DPDHQ 10 GHz Spur from Dawson (8T1) Ring 6Ghz, 2.4 and 4.9Ghz Spurs to NAS

Forest

N 32 54 31

W 96 48 21

Garland Rd.

N 32 51 14

W 96 40 11

Highland

N 32 59 53

W 96 46 47

Holcomb Rd.

N 32 44 05

W 96 40 29

Illinois

N 32 43 06

W 96 53 13

Naval Air Station

N 32 44 05

W 96 58 31

North West

N 32 51 13

W 96 52 52

OCMC

N 32 44 41

W 96 49 12

Parkland

N 32 48 38

W 96 50 18

Rose Hill

N 32 50 59

W 96 35 27

715 Rowlett Rd. Garland

420

South East

N 32 44 17

W 96 44 51

2900 Municipal

120

Southside

N 32 39 43

W 96 38 25

TI Tower

N 32 55 48

W 96 44 50

Whitlock

N 32 58 25

W 96 54 45

1400 South Lamar Street 6767 Mountain Ck. Pkwy. 5920 Forest Lane 1253 Costa Mesa or 11649 Shilo 7211 Frankford Road 1325 Holcomb Road 4140 W. Illinois 7551 West Jefferson Grand Prairie 9801 Harry Hines 320 E. Jefferson Blvd. 5201 Harry Hines

10011 Log Cabin Road 13542 N. Central Expy. 1440 Whitlock Ln.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

70 180 150

Ring 6Ghz

130

Ring 6Ghz

170

Ring 6Ghz

140

Ring 6Ghz

180

Ring 6Ghz

120

2.4 and 4.9Ghz Spur from Florina

180 40 167

180 466 147

10 GHz Spur from Crown Pk 10 GHz Spur from Dawson Ring 6Ghz 6 GHz Spur from Dawson 10 GHz Spur from Dawson Ring 6Ghz 4.9 GHz Spur from Forest 2.4 and 4.9Ghz Spur from Crown Park

43

APPENDIX B –PROPOSED MICROWAVE SITES AND BANDWIDTH

Site Name

Lat

Lon

TC Evelyn

N 32 45 52

W 96 52 07

Bachman WTP

N 32 50 51

W 96 52 10

Cedardale Cedar Hill Central WWTP City Hall

N 32 38 45 N 32 34 39 N 32 44 13 N 32 46 35

W 96 46 33 W 96 56 21 W 96 46 38 W 96 47 45

Crown Park

N 32 53 52

Crowley Courts

Address 2833 Redmond Ave. 2630 Shorecrest Dr. 2815 Cherry Valley Clark & Beltline

AGL (ft)

Min. Current Bandwidth Microwave Required (Mbps)

440

155

Note s

155 180 700

Ring 6Ghz

1020 Sargent Rd 1500 Marilla

130

W 96 53 59

2300 Crown Road

120

N 32 46 39

W 96 48 52

133 N. Riverfront Dr.

130

Dawson

N 32 46 56

W 96 46 31

3131 Dawson St.

500

DPD Headquarters

N 32 48 05

W 96 47 41

1400 South Lamar Street

Ring 6Ghz Ring 6Ghz, 2.4 and 4.9 Spurs to Whitlock and 10 GHz to Northwest 2.4 GHz Spur from City Hall Ring 6Ghz, 6 GHz Spur to Rose Hill, 10 GHZ Spurs to Fair Park, OCMC, South East and DPDHQ 10 GHz Spur from Dawson (8T1)

DPD Central

N 32 46 56

W 96 46 41

334 S. Hall St.

DPD Northeast

N 32 51 48

W 96 42 58

N 32 43 24

W 96 42 04

N 32 43 12

W 96 53 19

N 32 51 16

W 96 54 47

N 32 59 21

W 96 46 59

N 32 39 50

W 96 47 17

N 32 47 12

W 96 44 02

5000 Dolphin Road

East Side

N 32 46 19

W 96 33 14

405 Long Creek, Sunnyvale

Elm Fork WTP

N 32 58 12

W 96 54 45

1440 Whitlock Ln.

DPD Southeast DPD Southwest DPD Northwest DPD North Central DPD South Central DFR Training Center

Cam Req

70

466 155 155 466

466

155

466

155

100

9915 East Northwest Highway 725 North Jim Miller Rd. 4230 West Illinois Ave. 9801 Harry Hines Blvd. 6969 McCallum Blvd. 1999 East Camp Wisdom Road

Across lot from Dawson

100 100 100 100

Across lot from Illinois Across lot from NW

100 100 155 180

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

466 155

Across lot from Whitlock

44

Fire Station 37

N 32 51 43

W 96 45 55

6742 Greenville Ave.

6767 Mountain Ck. Pkwy.

160

150

Ring 6Ghz, 2.4 and 4.9Ghz Spurs to NAS Ring 6Ghz

130

Ring 6Ghz

466

170

Ring 6Ghz

466

140

Ring 6Ghz

466

180

Ring 6Ghz 2.4 and 4.9Ghz Spur from Florina 10 GHz Spur from Crown Pk 10 GHz Spur from Dawson Ring 6Ghz 6 GHz Spur from Dawson 10 GHz Spur from Dawson

466

Ring 6Ghz

466

Florina

N 32 38 32

W 96 57 18

Forest

N 32 54 31

W 96 48 21

Garland Rd.

N 32 51 14

W 96 40 11

Highland

N 32 59 53

W 96 46 47

Holcomb Rd.

N 32 44 05

W 96 40 29

Illinois

N 32 43 06

W 96 53 13

Naval Air Station

N 32 44 05

W 96 58 31

7551 West Jefferson Grand Prairie

120

North West

N 32 51 13

W 96 52 52

9801 Harry Hines

180

OCMC

N 32 44 41

W 96 49 12

320 E. Jefferson Blvd.

40

Parkland

N 32 48 38

W 96 50 18

5201 Harry Hines

167

Rose Hill

N 32 50 59

W 96 35 27

715 Rowlett Rd. Garland

420

South East

N 32 44 17

W 96 44 51

2900 Municipal

120

Southside

N 32 39 43

W 96 38 25

Southside WWTP

N 32 38 44

W 96 38 24

TI Tower

N 32 55 48

W 96 44 50

13542 N. Central Expy.

466

Whitlock

N 32 58 25

W 96 54 45

1440 Whitlock Ln.

147

5920 Forest Lane 1253 Costa Mesa or 11649 Shilo 7211 Frankford Road 1325 Holcomb Road 4140 W. Illinois

10011 Log Cabin Road 10011 Log Cabin Road

155

180

180

466

466

155

155

155 466 466

155

155 4.9 GHz Spur from Forest 2.4 and 4.9Ghz Spur from Crown Park

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

Across lot from Southside

155

155

45

APPENDIX C –SITES THAT REQUIRE CAMERAS

Site Name

Lat

Lon

Address

ATC Evelyn

N 32 45 52

W 96 52 07

2833 Redmond Ave.

Cedardale

N 32 38 45

W 96 46 33

2815 Cherry Valley

Cedar Hill

N 32 34 39

W 96 56 21

Clark & Beltline

City Hall

N 32 46 35

W 96 47 45

1500 Marilla

Crown Park

N 32 53 52

W 96 53 59

2300 Crown Road

Crowley Courts

N 32 46 39

W 96 48 52

133 N. Riverfront Dr.

Dawson

N 32 46 56

W 96 46 31

3131 Dawson St.

Fire Station 37

N 32 51 43

W 96 45 55

6742 Greenville Ave.

Florina

N 32 38 32

W 96 57 18

6767 Mountain Ck. Pkwy.

Forest

N 32 54 31

W 96 48 21

5920 Forest Lane

Garland Rd.

N 32 51 14

W 96 40 11

1253 Costa Mesa or 11649 Shilo

Highland

N 32 59 53

W 96 46 47

7211 Frankford Road

Holcomb Rd.

N 32 44 05

W 96 40 29

1325 Holcomb Road

Illinois

N 32 43 06

W 96 53 13

4140 W. Illinois

Naval Air Station

N 32 44 05

W 96 58 31

7551 West Jefferson, Grand Prairie

North West

N 32 51 13

W 96 52 52

9801 Harry Hines

OCMC

N 32 44 41

W 96 49 12

320 E. Jefferson Blvd.

Parkland

N 32 48 38

W 96 50 18

5201 Harry Hines

Rose Hill

N 32 50 59

W 96 35 27

715 Rowlett Rd. Garland

South East

N 32 44 17

W 96 44 51

2900 Municipal

Southside

N 32 39 43

W 96 38 25

10011 Log Cabin Road

TI Tower

N 32 55 48

W 96 44 50

13542 N. Central Expy.

Whitlock

N 32 58 25

W 96 54 45

1440 Whitlock Ln.

BHZ1314 Request for Competitive Sealed Proposal – Microwave Radio System Replacement

46