Solicitation 4469-14 P25 Trunked Radio System Bid ...


[PDF]Solicitation 4469-14 P25 Trunked Radio System Bid...

2 downloads 161 Views 3MB Size

&LW\RI*DUODQG

%LG

Solicitation 4469-14

P25 Trunked Radio System

Bid designation: Public

City of Garland

30

S

&LW\RI*DUODQG

%LG

Bid 4469-14 P25 Trunked Radio System Bid Number Bid Title

4469-14 P25 Trunked Radio System

Bid Start Date

Aug 13, 2014 3:41:50 PM CDT

Bid End Date

Oct 2, 2014 3:00:00 PM CDT

Question & Answer End Date

Sep 18, 2014 12:00:00 PM CDT

Bid Contact

Bob Bonnell Buyer

Contract Duration

One Time Purchase

Contract Renewal

Not Applicable

Prices Good for

Not Applicable

Standard Disclaimer

The right is reserved to accept or reject all or part of the bid, and to accept the offer considered most advantageous to the City by item or total bid. The City of Garland will award to the lowest responsible bidder or to the bidder who provides goods or services at the best value to the City.

Bid Comments

NO FAX OR E-MAIL BIDS Item Response Form

Item

4469-14--01-01 - P25 Trunked Radio System

Quantity

1 lot

Unit Price Delivery Location

City of Garland Purchasing Dept 200 N Fifth St Garland TX 75040 Qty 1

Description 6((5)3'2&80(17$7,21

30

S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

RCC CONSULTANTS, INC. 30

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

PAGE 0 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table of Contents Section A—Terms and Conditions ............................................ 11 A.1

Standard Terms and Conditions ............................................................................ 11

A.2

Purpose and Objectives ........................................................................................ 16

A.3

Instructions to Proposers - General ....................................................................... 16

A.4

Proposal Evaluation and Selection ......................................................................... 21

A.5

Insurance ............................................................................................................ 22

A.6

Bid Bond .............................................................................................................. 24

A.7

Payment Bond ..................................................................................................... 25

A.8

Performance Bond................................................................................................ 27

Section B—Instructions to Proposers....................................... 29 B.1

Proposal Response ............................................................................................... 29

B.2

Proposer Information ........................................................................................... 33

B.3

Maintenance Support ........................................................................................... 36 B.3.1

Maintenance Organizations..................................................................... 36

B.3.2

Subcontractors / Installation Organizations .............................................. 37

B.4

Project Schedule .................................................................................................. 37

B.5

Proposed System Architecture & Equipment.......................................................... 38 B.5.1

System Architecture ................................................................................ 38

B.5.2

Mobile Radios......................................................................................... 39

B.5.3

Portable Radios ...................................................................................... 40

B.5.4

Control Stations ...................................................................................... 41

B.5.5

Proposed Equipment Shelters ................................................................. 42

B.5.6

Proposed UPS Systems ......................................................................... 43

B.5.7

Proposed Standby Generators ................................................................ 43

B.5.8

Proposed Dispatch Console system ........................................................ 44

B.5.9

Proposed Logging Recorder Systems (New and Upgraded)..................... 44

RCC CONSULTANTS, INC. 30

PAGE 1 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

B.5.10 Proposed Trunked Site Antenna Systems (700/800 MHz) ........................ 45 B.5.11 Proposed System Manager/Information Management System ................. 45 B.5.12 Programming Software ........................................................................... 46 B.5.13 Alarm Monitoring and Reporting System.................................................. 46 B.5.14 Proposed Fleet/Sub Fleet Mapping Plan.................................................. 47 B.5.15 Proposed Training Program .................................................................... 47 B.5.16 Acceptance Testing Plans – Factory and Field Testing............................. 48 B.5.17 Communication Sites .............................................................................. 48

Section 1—Current System Environment ................................. 50 1.1

General Information ............................................................................................. 50

1.2

Current System Environment – City of Garland...................................................... 50

1.3

1.4

1.5

1.6

1.2.1

City of Garland Introduction ..................................................................... 50

1.2.2

Garland Trunked Radio System .............................................................. 51

1.2.3

Garland Radio System Users .................................................................. 58

Current System Environment – City of Mesquite .................................................... 59 1.3.1

City of Mesquite Introduction ................................................................... 59

1.3.2

City of Mesquite Trunked Radio System .................................................. 60

1.3.3

City of Mesquite Radio System Users ...................................................... 64

Current System Environment – City of Rowlett ...................................................... 65 1.4.1

City of Rowlett Introduction...................................................................... 65

1.4.2

City of Rowlett System Equipment........................................................... 65

1.4.3

City of Rowlett Radio System Users ........................................................ 66

Current System Environment – City of Sachse ....................................................... 66 1.5.1

City of Sachse Introduction...................................................................... 66

1.5.2

City of Sachse System Equipment........................................................... 67

1.5.3

City of Sachse Radio System Users ........................................................ 67

Current System Issues.......................................................................................... 68

RCC CONSULTANTS, INC. 30

PAGE 2 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

1.6.1

Summary of Common Issues with Current Systems................................. 68

1.6.2

Summary of Current Issues..................................................................... 69

Section 2—P25 Trunked Radio System .................................... 70 2.1

General System Overview ..................................................................................... 70

2.2

P25 Trunked Simulcast Operation ......................................................................... 76

2.3

2.4

2.2.1

Trunked Simulcast Operation: ................................................................. 76

2.2.2

Voting Comparator and Simulcast Audio/Data Distribution Equipment ...... 77

Trunked Operation ............................................................................................... 78 2.3.1

System Operating Modes........................................................................ 78

2.3.2

System Reliability:................................................................................... 79

2.3.3

System Features and Functions .............................................................. 83

2.3.4

Over-The-Air-Programming (OTAP) ........................................................ 86

2.3.5

Signaling and Special Functions .............................................................. 86

2.3.6

GPS Location Monitoring ........................................................................ 89

System Manager/Information Management System............................................... 90 2.4.1

System Management .............................................................................. 90

2.4.2

Alarm Monitoring and Reporting System .................................................. 91

2.4.3

Subscriber Management and Diagnostics................................................ 93

2.4.4

Radio System Maintenance Tracking and Ticketing Software ................... 94

2.4.5

Software and Programming Accessories ................................................. 94

Proposer Compliancy....................................................................................................... 94

Section 3—Radio Coverage Requirements............................... 96 3.1

Introduction ......................................................................................................... 96

3.2

Radio Coverage Definition: Mobile and Portable Radio Units .................................. 97

3.3

Baseline Coverage Requirements .......................................................................... 98

3.4

Portable Coverage within Specific Buildings: ........................................................ 100

3.5

Radio Coverage Analyses.................................................................................... 102

RCC CONSULTANTS, INC. 30

PAGE 3 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

3.6

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

3.5.1

Introduction .......................................................................................... 102

3.5.2

Radio Coverage Maps to be Provided ................................................... 102

3.5.3

Coverage Map Requirements ............................................................... 102

3.5.4

Land Use/Land Cover Data ................................................................... 103

3.5.5

Simulcast Time Delay Interference ........................................................ 103

3.5.6

Quantity of Coverage Maps................................................................... 103

Overview of Radio Coverage Testing Processes ................................................... 104 3.6.1

Introduction .......................................................................................... 104

3.6.2

Radio Coverage Testing Timeline.......................................................... 104

3.6.3

Coverage Testing Pricing ...................................................................... 104

3.6.4

Equipment Preparation and Documentation........................................... 104

3.6.5

20 dB Attenuated Portable Radios......................................................... 105

3.6.6

Test Teams and Configurations............................................................. 105

3.6.7

Service Area Gridding ........................................................................... 106

3.6.8

Tests to be Performed in Each Grid ....................................................... 106

3.6.9

Mobile Outbound Signal Level and Bit Error Rate................................... 110

3.6.10 Tests to be Performed in Specific Buildings ........................................... 111 3.6.11 Test Procedures ................................................................................... 111 3.6.12 Protection from Excessive Grid Failures in a Particular Area................... 114 3.6.13 Results Preparation .............................................................................. 114 3.7

Use of Existing Sites ........................................................................................... 115 3.7.1

Existing Sites ........................................................................................ 115

3.7.2

Possible Future Sites ............................................................................ 116

Proposer Compliancy..................................................................................................... 118

Section 4—Communications Sites .......................................... 119 4.1

General Information ........................................................................................... 119

4.2

Grounding and Surge Protection Systems............................................................ 121

RCC CONSULTANTS, INC. 30

PAGE 4 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

4.2.1

Grounding Systems .............................................................................. 121

4.2.2

Lightning Protection .............................................................................. 124

4.2.3

Surge Protection ................................................................................... 125

4.2.4

AC Power Surge Protection .................................................................. 125

4.2.5

DC Power Surge Protection .................................................................. 125

4.2.6

Leased Telephone and T1 Circuits ........................................................ 126

4.2.7

Conduits and Raceways ....................................................................... 126

4.2.8

Wiring and Devices ............................................................................... 126

4.2.9

Commercial Power ............................................................................... 127

4.2.10 Ground Resistance Testing ................................................................... 127 4.3

Scope of Work ................................................................................................... 127

4.4

Tower Site Work ................................................................................................ 130 4.3.1

4.5

Security Equipment Requirements ....................................................... 131

Tower Specifications........................................................................................... 131 4.5.1

Reference Standards ............................................................................ 131

4.5.2

Submittals ............................................................................................ 132

4.5.3

Radio Tower Basic Requirements ......................................................... 132

4.5.4

Transmission Line Support.................................................................... 133

4.5.5

Lighting and Controls ............................................................................ 134

4.5.6

Ice Shields............................................................................................ 134

4.5.7

Climbing Ladder ................................................................................... 134

4.5.8

Design Documentation.......................................................................... 134

4.5.9

Tower Manufacturer's Certification......................................................... 135

4.5.10 Site Development Contractor Responsibility........................................... 135 4.5.11 Construction Requirements ................................................................... 136 4.6

Shelter Specifications.......................................................................................... 139 4.6.1

General Description .............................................................................. 139

RCC CONSULTANTS, INC. 30

PAGE 5 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

4.7

4.8

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

4.6.2

Reference Standards ............................................................................ 139

4.6.3

Structural Requirements ....................................................................... 139

4.6.4

Shelter Features ................................................................................... 139

Generator Specifications ..................................................................................... 143 4.7.1

General Requirements .......................................................................... 143

4.7.2

Documentation ..................................................................................... 143

4.7.3

Warranty .............................................................................................. 144

4.7.4

Start Up Service ................................................................................... 144

4.7.5

Type of Generator................................................................................. 144

4.7.6

Generator Requirements....................................................................... 144

4.7.7

Transfer Switch..................................................................................... 146

Uninterruptible Power Supply (UPS) Specifications............................................... 148 4.8.1

General Requirements .......................................................................... 148

4.8.2

UPS Documentation ............................................................................. 148

4.8.3

UPS Warranty ...................................................................................... 149

4.8.4

UPS Start Up Service ........................................................................... 149

4.8.5

UPS Ratings......................................................................................... 149

4.8.6

Description and Operation..................................................................... 149

4.8.7

UPS Accessories .................................................................................. 150

Proposer Compliancy..................................................................................................... 151

Section 5—Radio System Interconnectivity........................... 152 5.1

5.2

General Information ........................................................................................... 152 5.1.1

Microwave Radio System Overview ...................................................... 152

5.1.2

Basic Requirements.............................................................................. 154

5.1.3

Existing Fiber Optic Network ................................................................. 155

5.1.4

Capacity ............................................................................................... 155

Technical Design ................................................................................................ 155

RCC CONSULTANTS, INC. 30

PAGE 6 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

5.3

5.4

REQUEST FOR PROPOSALS, AUGUST 2014

5.2.1

Ethernet and Internet Protocol ............................................................... 155

5.2.2

Multi-Protocol Label Switching (MPLS) .................................................. 156

5.2.3

Redundancy and Reliability ................................................................... 156

5.2.4

Microwave Path Reliability and Design .................................................. 157

Microwave Radio Equipment Requirements ......................................................... 158 5.3.1

Microwave Equipment........................................................................... 158

5.3.2

Microwave Radio Specifications ............................................................ 158

5.3.3

Microwave Radio Service Channel and Orderwire ................................. 159

5.3.4

Diagnostics, Controls, Alarms, and Monitoring ....................................... 159

5.3.5

Microwave Radio Network Management Systems (NMS)....................... 160

5.3.6

General Equipment Requirements for All Microwave Sites ..................... 160

5.3.7

DSX, System Timing and Loopback Testing .......................................... 163

5.3.8

DC Power System ................................................................................ 163

Microwave Antenna Systems .............................................................................. 164 5.4.1

5.5

%LG

Microwave Antenna System Requirements............................................ 164

Network Testing and Inspection Requirements.................................................... 165 5.5.1

Microwave Factory Acceptance Testing (FAT) ....................................... 165

Proposer Compliancy..................................................................................................... 168

Section 6—Dispatch Centers .................................................. 169 6.1

Overview of Dispatch Center Requirements......................................................... 169

6.2

General Requirements ........................................................................................ 171

6.3

Dispatch Console Electronics............................................................................... 173

6.4

Operator Console Positions ................................................................................ 177

6.5

Console Operator Position Functionality .............................................................. 180

6.6

Logging Recorders ............................................................................................. 188 6.6.1

General Information .............................................................................. 188

6.6.2

Logging Recorder and Logging Recorder Interface ................................ 188

RCC CONSULTANTS, INC. 30

PAGE 7 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

6.6.3

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

New or Upgraded Logging Recorder General Requirements .................. 189

6.7

Fire Station Alerting Systems .............................................................................. 195

6.8

Mesquite Outdoor Warning System ..................................................................... 198

6.9

Radio Interoperability Support ............................................................................ 200

Proposer Compliancy..................................................................................................... 202

Section 7—Equipment Specifications..................................... 203 7.1

Technical Specifications – Fixed Equipment ......................................................... 203

7.2

General Requirements – Radio Unit User Equipment ........................................... 211

7.3

7.2.1

Overview – Radio Field Units ................................................................ 211

7.2.2

Mobile Radio Installation Requirements ................................................. 212

7.2.3

Radio Field Unit (Subscriber Unit) Template Development: .................... 214

Technical Specifications - User Equipment........................................................... 214 7.3.1

Mobiles: Multiple Product Tiers -700/800 MHz and VHF or UHF Bands .. 214

7.3.2

Portables: Multiple Product Tiers -700/800 MHz and VHF or UHF Bands 220

7.3.3

RF Control Stations............................................................................... 224

7.3.4

Garland and Mesquite Control Stations and Interoperability Stations ...... 230

Proposer Compliancy..................................................................................................... 230

Section 8—Implementation & Payment.................................. 232 8.1

Implementation.................................................................................................. 232

8.2

Payment & Project Schedule .............................................................................. 237

Proposer Compliancy..................................................................................................... 239

Section 9—Installation and Documentation........................... 240 9.1

General Requirements ........................................................................................ 240

9.2

Communication Sites .......................................................................................... 241

9.3

Dispatch Consoles .............................................................................................. 242

9.4

Mobile Radio Installation..................................................................................... 243

9.5

As-Built Installation Documentation .................................................................... 245

RCC CONSULTANTS, INC. 30

PAGE 8 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Proposer Compliancy..................................................................................................... 246

Section 10—Acceptance Testing............................................ 247 10.1

Acceptance Testing ............................................................................................ 247

10.2

Field Acceptance Testing and Proof of Performance ............................................ 248

10.3

System Reliability Features & Functionality .......................................................... 249

Proposer Compliancy..................................................................................................... 255

Section 11—Warranty & System Maintenance ...................... 256 11.1 Warranty .............................................................................................................. 256 11.2

Maintenance and Technical Support.................................................................... 257 11.2.1 System Maintenance, Repair, and Service Facilities .............................. 257 11.2.2 System Availability ................................................................................ 258 11.2.3 Major and Minor Failure Definitions ....................................................... 258 11.2.4 Service Response – Warranty Period .................................................... 259 11.2.5 Maintenance Manuals ........................................................................... 261 11.2.6 Extended Maintenance and Technical Support: ..................................... 261 11.2.7 Software Subscription Programs ........................................................... 263

Proposer Compliancy..................................................................................................... 264

Section 12 - Training................................................................ 265 12.1

Training ............................................................................................................. 265

12.2

User Training ..................................................................................................... 266

12.3

Technical Training .............................................................................................. 268

12.4

Tools and Test Equipment .................................................................................. 271

12.5

Delivery Methods and Materials .......................................................................... 271

Proposer Compliancy..................................................................................................... 272

Section 13—System Pricing .................................................... 274 13.1

System Pricing Overview .................................................................................... 274

13.2

Price Worksheets – Fixed Infrastructure .............................................................. 274 RCC CONSULTANTS, INC.

30

PAGE 9 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

13.3

Price Worksheets – User Radio Equipment .......................................................... 291

13.4

Price Worksheets – Training ............................................................................... 325

13.5

Price Worksheets – On-Going System Maintenance Costs .................................... 328

13.6

Price Worksheets – Cost Summary / Individual Agencies ..................................... 331

13.7

Final Evaluation Criteria Review .......................................................................... 335

Proposer Compliancy..................................................................................................... 336

RCC CONSULTANTS, INC. 30

PAGE 10 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Section

A

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Terms and Conditions Section A—Terms and Conditions

A.1

Standard Terms and Conditions

1. ENTIRE AGREEMENT: These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Garland’s request for Bid/Proposal are applicable to Contracts/Purchase Orders issued by the City of Garland hereinafter referred to as the City or Buyer and the Seller herein after referred to as the Bidder, Contractor or Supplier. Any deviations must be in writing and signed by a representative of the City’s Purchasing Department and the Supplier. No Terms and Conditions contained in the Sellers Bid/Proposal, Invoice or Statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the Contract/Purchase Order these written provisions will take precedence. 2. OFFICIAL BID NOTIFICATION: The City of Garland utilizes the following for official notifications of bid opportunities: www.bidsync.com and the Commercial Daily Record of Dallas County. These are the only forms of notification authorized by the City. The City is not responsible for receipt of notifications or information from any source other than those listed. It shall be the supplier’s responsibility to verify the validity of all bid information received from any source other than the City of Garland. There will be NO COST to the Seller for using Bidsync for its Bids/Proposals. 3. FRAUD POLICY: The City of Garland is committed to preventing Fraud, Waste, Abuse and Unethical Conduct by its employees. Suppliers and potential suppliers should become familiar with the City of Garland’s Fraud Policy located on our website at www.ci.garland.tx.us, City Hall/Internal Audit/fraud Policy. Suppliers have a responsibility to report any known or suspected fraudulent activities, or unethical conduct, by calling the City’s Hot Line at 972-205-2739 or write to, Fraud Hot Line P.O. Box 469002 Garland TX 75046. All contacts will be held in strict confidence. 4. COUNCIL POLICY: Bidder shall comply with the requirements of City Council Policy OPNS-04 Qualifications for Doing Business with the City of Garland and OPNS-28 Business Conduct with Delinquent Account Holders and litigants attached hereto. 5. PROHIBITION AGAINST PERSON INTEREST IN CONTRACTS: No City of Garland employee shall have a direct or indirect financial interest in any contract with the city, or be directly or indirectly financially interested in the sale of land, materials, supplies or services to the city. 6. COMPETITIVE PRICING: It is the intent of the city to consider Interlocal Cooperative Agreements and State/Federal contracts in determining the best value for the city. 7.

INTERLOCAL AGREEMENT: Successful bidder agrees to extend prices to all entities that have entered into or will enter into joint purchasing interlocal cooperation agreements with the City. The city is a participating member of several interlocal cooperative purchasing agreements. As such, the city has executed interlocal agreements, as permitted under Chapter 791 of the Texas

RCC CONSULTANTS, INC. 30

PAGE 11 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Government Code, with certain other political subdivisions, authorizing participation in a cooperative purchasing program. The successful supplier may be asked to provide products/services based upon the bid price, to any other participant. 8. RIGHT TO AUDIT: The city shall have the right to examine and audit after reasonable notice any and all books and records of Seller/Contractor that may relate to this agreement including, without limitation, the performance of Seller/Contractor, its employees, agents, and subcontractors. Such books and records will be maintained in accordance with generally accepted accounting principles and shall, upon request and at the city’s request, be made available at a location designated by the city. Seller/Contractor shall, except for copying costs, otherwise bear all costs of producing such records for examination and copying by the city. Unless otherwise agreed by the parties, such records must be made available to the city within five business days. The provisions of this paragraph shall survive the termination of this agreement. 9. CORRESPONDENCE: The Bid number must appear on all correspondence and inquiries pertaining to the Request for Bid. The Purchase Order number must appear on all invoices or other correspondence relating to the contract. 10. INDEMNITY/INSURANCE: See attached City of Garland minimum requirements, required for all on-site work on city property. 11. EASEMENT PERMISSION: The contractor shall not enter or use private property except as allowed by easements shown on the contract documents or if the contractor obtains specific written permission from the property owner. 12. CITY PROVIDED SERVICES: The contractor, or any sub-contractor or supplier shall use only city provided services in performing this contract including but not limited to: Electric (if available), Water, Sanitation and Solid Waste Services. The rate charged by the city shall be the same as charged for the same or similar services. Commercial Solid Waste rates may be obtained from City of Garland Environmental Waste Department at, 972-205-3500. 13. CONTRACTOR EQUIPMENT IDENTIFICATION: All equipment used on the project shall be clearly marked with the contractor’s name and LOGO. Subcontractor equipment shall also be similarly marked. 14. DELIVERY: All goods shall be delivered F.O.B. Destination unless otherwise authorized herein. C.O.D. shipments or deliveries are not permitted. 15. SPECIFICATIONS-SAMPLES: If bidding on other than the item requested, sellers bid must identify the Trade Name, Manufacturer’s Name and/or Catalog Number, and certify the item offered is equivalent. Descriptive literature must be submitted with alternate brands. Samples shall be furnished free of expense to the city and if requested, may be returned at bidder’s expense. 16. TIE BIDS: In the event of tie bids, preference will be given to the bidder who offers the best value to the city in accordance with State Law. 17. ERROR-QUANTITY: Bids must be submitted in units of quantity specified, extended, and totaled. In the event of discrepancies in extension, the unit prices shall govern.

RCC CONSULTANTS, INC. 30

PAGE 12 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

18. ACCEPTANCE: The right is reserved to accept or reject all or part of the bid, and to accept the offer considered most advantageous to the city by line item or total bid. 19. OEM PARTS: All vehicle options to be OEM factory installed unless otherwise identified on this bid. 20. SUBSTITUTION: Every delivery of goods by the supplier must comply with all provisions of this order including the specifications, delivery schedule, quantity and quality. Any delivery which does not conform to the buyers requirements shall constitute a breach of contract. Seller does not have authorization to make a substitute unless it is agreed to by the buyer. 21. BID LIST REMOVAL: The city reserves the right to remove a supplier from any Bid List for: (1) continued failure to be responsive to the city, (2) failure to deliver merchandise within promised time, (3) delivery of substandard merchandise or (4) failure to comply with the Contract/Purchase Order requirements. 22. DELIVERY TIMES: Deliveries to the City Warehouse or other designated City Buildings or Facilities will be accepted during normal working hours, i.e. 8:00a.m. to 4:00p.m., Monday through Friday unless other arrangements have been made. Deliveries being made directly to city work sites should be coordinated with the city employee responsible for the work being performed at that site. 23. PACKAGING: Unless otherwise indicated, items will be new, not rebuilt, in first class condition, and in containers suitable for damage-free shipment. 24. WARRANTY: All warranty agreements and requirements are stated in Section 11 of this RFP 25. TERM CONTRACTS: Except as otherwise provided herein, prices must remain firm for the entire contract period, including any periods of extension or renewal. At the time of any renewal or extension of the contract, the city or the supplier may request a price adjustment based upon the economy. All requests for a price adjustment must include detailed documentation and rationale to support the requested adjustment. The party to whom a request for price adjustment is made may, in its sole discretion, accept or reject the request. Any price adjustment must be mutually agreed upon in writing by the parties, and shall be effective for the applicable renewal term. 26. TERM CONTRACT QUANTITIES: The quantities in the request for bid are estimated requirements and the city reserves the right to increase or decrease the quantities or cancel any item to be furnished. The successful bidder shall have no claim against the city for anticipated profits for quantities diminished or deleted. 27. TERM CONTRACT SHIPMENTS: The supplier will make shipments under this contract only when requested and only in the quantities requested. If there are minimum shipments or standard packaging requirements please note the items affected. 28. CONTRACT RENEWAL OPTIONS: In the event a clause for option to renew for an additional period is included in the request for bid, all renewals will be based solely upon the option and agreement between the city and the supplier. Either party dissenting will terminate the contract in accordance with its initial specified term.

RCC CONSULTANTS, INC. 30

PAGE 13 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

29. TAXES-EXEMPTION: All quotations are required to be submitted LESS Federal Excise and State Sales Taxes. Tax Exemption Certificate will be executed for the successful supplier. 30. ASSIGNMENT: Seller shall not assign this order or any interest herein, including any performance or any amount which may be due or become due hereunder, without buyer’s prior written consent. 31. INVOICING: Send ORIGINAL INVOICE to address indicated on the purchase order. If invoice is subject to cash discounts the discount period will begin on the day invoices are received. So that proper cash discount may be computed, invoice should show amount of freight as a separate item, if applicable; otherwise, cash discount will be computed on total amount of invoice. 32. INSPECTION: Goods purchased are subject to inspection and approval by buyer. Buyer reserves the right to reject or refuse acceptance of goods which are not in accordance with buyer’s instructions, specifications, drawings and data, or seller’s warranties (expressed or implied). Mobile installations shall be in conformance to that stated by the Garland Radio Service Department. Goods not accepted will be returned to seller at seller’s risk and expense. Mobile installations not in conformance will be re-installed and approved by the City prior to system acceptance. Payment for any goods shall not be deemed an acceptance thereof. 33. ELECTRONIC SIGNATURE – UNIFORM ELECTRONIC TRANSACTION ACT: The city adopts Vernon’s Texas Statutes and Codes Annotated Business and Commerce Code Chapter 43. Uniform Electronic Transaction Act, allowing individuals, companies, and governmental entities to lawfully use and rely on electronic signatures. 34. FUNDING OUT CLAUSE: This agreement may be terminated by the city without notice and without penalty or liability in the event that (1) the city lacks sufficient funds for this agreement; (2) funds for this agreement are not appropriated by the City Council of the City; and (3) funds for this agreement that are or were to be provided by grant or through an outside service are withheld, denied or are otherwise not available to the city. 35. DISPUTE RESOLUTION: Pursuant to subchapter I, Chapter 271, TEXAS LOCAL GOVERNMENT CODE, contractor agrees that, prior to instituting any lawsuit or other proceeding arising from any dispute or claim of breach under this Agreement (a “Claim”), the parties will first attempt to resolve the claim by taking the following steps: (i) A written notice substantially describing the factual and legal basis of the claim shall be delivered by the contractor to the city within one-hundred eighty (180) days after the date of the event giving rise to the claim, which notice shall request a written response to be delivered to the contractor not less than fourteen (14) business days after receipt of the notice of claim; (ii) if the response does not resolve the claim, in the opinion of the contractor, the contractor shall give notice to that effect to the city whereupon each party shall appoint a person having authority over the activities of the respective parties who shall promptly meet, in person, in a effort to resolve the claim; (iii) if those persons cannot or do not resolve the claim, then the parties shall each appoint a person from the highest tier of managerial responsibility within each respective party, who shall then promptly meet, in person, in an effort to resolve the claim. 36. DISCLOSURE OF CERTAIN RELATIONSHIPS: Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any supplier or person considering doing business with a local government entity disclose in the Questionnaire Form CIQ, the supplier or person’s affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, this questionnaire must be filed with the Records Administrator of the City of

RCC CONSULTANTS, INC. 30

PAGE 14 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Garland not later than the 7th business day after the date the supplier or person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. Chapter 176 and the questionnaire may be found at www.garlandpurchasing.com. 37. By submitting a response to this request, supplier represents that it is in compliance with the requirements of Chapter 176 of the Texas Local Government Code. 38. PERFORMANCE: If seller fails to comply with any provisions or terms of this order, the buyer, may at buyer’s option, cancel this order or any other orders outstanding. In the event of cancellation buyer retains all rights and remedies it may have. There are several sections contained here-in those list conformance requirements. Each of the requirements listed in this RFP will be carefully monitored for compliance 39. PATENTS: Seller agrees to indemnify and hold harmless the buyer against all costs and expenses, including attorneys fees and undertakes and agrees to defend at seller’s own expense, all suits, actions or proceedings in which buyer or the users of buyer’s products are made defendants of actual or alleged infringement of any U.S. or foreign patent resulting from the use or sale of the items purchased hereunder (except infringement necessarily resulting from adherence to buyer’s specifications or drawings) and further agrees to pay and discharge any and all judgments or decrees which may be rendered in any such suit, action or proceeding. 40. APPLICABLE LAW: This agreement shall be governed by the Uniform Commercial Code as adopted in the State of Texas as effective and in force on the date of this agreement. 41. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 42. TERMINATION: The city at any time after issuance of this agreement, by 30 days written notice, has the absolute write to terminate this agreement for cause or convenience. Cause shall be the supplier’s refusal or failure to satisfactorily perform or complete the work within the time specified, or failure to meet the specifications, quantities, quality and/or other requirements specified in the Contract/Purchase Order. In such case the supplier shall be liable for any damages suffered by the city. If the agreement is terminated for convenience, the supplier has no further obligation under the agreement. Payment shall be made to cover the cost of material and work in process or “consigned” to the city as of the effective date of the termination. 43. FORCE MAJEURE: To the extent either party of this agreement shall be wholly or partially prevented from the performance of the term specified, or of any obligation or duty placed on such party by reason of or through work strikes, stoppage of labor, riot, fire, flood, acts of war, insurrection, court judgment, act of God, or other specific cause reasonably beyond the parties control and not attributable to it’s malfeasance, neglect or nonfeasance. In such event, the time for performance of such obligation or duty shall be suspended until such disability to perform is removed.

RCC CONSULTANTS, INC. 30

PAGE 15 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

A.2

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Purpose and Objectives

A.2.1 Purpose The Cities of Garland and Mesquite issues this Request for Proposal (RFP) for a turnkey P25 Phase II Trunked Radio System that will be used by the Cities of Garland, Mesquite, Rowlett, and Sachse along with local government departments in each City. “Turnkey” shall be defined as a complete system, as detailed herein, and shall include both infrastructure and user radios. A.2.2 Objectives The primary objective of this project is to acquire a two-way radio system that provides the Cities Public Safety and Public Services providers with the radio signal coverage, channel capacity, audio quality, and communications reliability necessary to do their job safely and efficiently. A.2.3 Vendor Qualifications The successful proposer shall demonstrate the ability to design, deliver, install, and test a P25 Phase II Trunked Radio system and related equipment that adheres to the specifications outlined in this document and shall be able to provide a list of successful deployments of similar size and complexity. Garland and Mesquite understand that the P25 Standards process has evolved over the past decade and that currently good competition now exists within the user radio market sector. The cities also understand that much of the equipment and software for P25 trunked simulcast radio infrastructures is still vendor proprietary and that various vendors have added vendor specific functionality above and beyond what has been incorporated into the P25 Standards. Accordingly, for the initial system procurement, the cities prefer that the radio infrastructure and the user radios (mobile radios, handheld radios, and control stations be manufactured by the same company. This will allow for proper performance verification of all proposed system capabilities and functionality and will reduce the chance for problems and vendor finger pointing during the detailed system acceptance testing process. The successful proposer shall provide a proposal that fully meets these specifications in both specific wording and intent, support the products on an on-going basis, and provide references including contact information for customers for whom they have implemented turnkey systems of similar size and complexity in operation. Similar systems shall be defined as: 1. P25 Phase 2 compliant trunked simulcast system 2. Minimum of 3 Dispatch Centers connected to Phase 2 System 3. Minimum of 10 radio tower sites 4. Minimum of 10 microwave hops 5. Minimum of 1500 user radios A.3

Instructions to Proposers - General

This section 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 Cities. It also outlines the procedure that will be followed in selecting the successful proposal and in completing a contract for the system.

RCC CONSULTANTS, INC. 30

PAGE 16 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

A.3.1 Applicable Law 1. This Cities has determined that this is a ”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. 2. 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. 3. 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. 4. All Proposers shall be able to legally conduct business in the State of Texas. 5. Offering a proposal represents thorough familiarization, on the part of the Proposer, with the environment in which the system will operate. A.3.2 Schedule of Events The following proposal schedule outlines the RFP process and is tentative. The Cities reserve the right to modify this schedule at its own discretion and convenience as deemed necessary. RFP Advertising dates

08/14/2014 – 9/25/2014 Weekly

Pre-Proposal Meeting

08/26/2014 @ 9:00 AM CST

Site Visits

08/18/2014 – 9/9/2014

Cut-off Date for Final Questions

09/18/2014 @ 12:00 PM CST

Proposals Due

10/02/2014 (No later than 3:00 PM CST)

Orals / Product Demonstrations

12/01/2014 – 12/12/2014

A.3.3 Sole Point of Contact and General Information The City of Garland’s Purchasing Department shall be the sole point of contact for any and all issues pertaining to this procurement and its process. The Department may designate an alternate point of contact for specific purposes. Contacting any member other than the Purchasing Department 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 Garland Purchasing Department through www.bidsync.com.

RCC CONSULTANTS, INC. 30

PAGE 17 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

1. If necessary, written Addendum will be posted on the BidSync website for any clarifications and responses to questions. 2. The RFP 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. 3. After acceptance of the successful proposal by the Cities, the Cities and the successful Proposer shall be obligated to enter into an agreement consistent with the proposal submitted. 4. Should the successful Proposer fail to execute the agreement, the Cities shall have the right to seek legal remedies against the Proposer, including damages, and shall have the right to award to another responsive Proposer. A.3.4 Pre-Proposal Meeting A Mandatory Pre-Proposal conference will be held on 8/26/14 at 9 a.m. at the Garland Fire Department Administrative Training Room C417 at 1500 Highway 66, Garland, Texas 75040. It is to the Proposer’s advantage to read all sections of the RFP prior to the pre-proposal meeting and advise the City’s staff of any questions regarding the RFP 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 BidSync website. A.3.5 Cut-off Date for Final Questions The Cities understand 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 Cities will communicate these questions and their answers back to all Proposers. Accordingly, the Cities will not accept questions after the “Cut-off Date for Final Questions” as noted in Section A.3.2, Schedule of Events in this document. A.3.6 Addenda Any interpretation of or change in the RFP will be made by addendum. The Cities will not be responsible for any other explanations or interpretations. A.3.7 Site Visits Vendors are highly encouraged to participate in site visits. Note that it will be very difficult for a vendor to convince the Cities that their Proposal is worthy of consideration if they have not visited all sites. Site visits will be scheduled by contacting: Mike Wallace Radio System Implementation Project Manager 1400 State Highway 66 Garland Texas, 75040 Phone: 214-773-7734 Email: [email protected]

RCC CONSULTANTS, INC. 30

PAGE 18 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

A.3.8 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 “RFP 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 Evaluation Committee may, at any time, investigate a Proposer's ability to perform the work. The Committee 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 Committee's requests; however if failure to submit such information does not clarify the Committee's questions concerning the ability to perform, the Cities may discontinue further consideration of a particular proposal. The Cities 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 Evaluation Committee 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 communications and related publications; articles from other published sources such as industry newsletters or from non-published sources made available to the Committee. A.3.9 Evaluation of qualified proposals according to Evaluation Criteria On the basis of the relative importance of the price and other evaluation factors as listed in Section A.4.2, PROPOSAL EVALUATION AND SELECTION, the Evaluation Committee will evaluate each reasonably qualified proposal to determine the most advantageous solution for the City. A.3.10 Discussions with Qualified Proposers During the proposal process, Proposers shall not contact any of the Cities staff directly or indirectly. All contact must be coordinated through the Project’s designated POC. After selection of reasonably qualified Proposers, the Cities may enter into discussions concerning the Proposals. These discussions will be on an individual basis and closed to other Proposers. The Evaluation Committee and the Proposer will review in detail all aspects of the Cities requirements and the proposal. During this review, the Proposer may offer and the Committee may accept revisions in the proposal.

RCC CONSULTANTS, INC. 30

PAGE 19 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

A.3.11 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 Cities for equipment, materials and labor necessary to meet the intent of this specification. Important note: Proposers should not assume that a BAFO will be requested. They should be prepared to install and fully support a system compliant with the RFP as initially proposed. Any “bait & switch” tactics may cause a Proposer to be disqualified from further consideration. The Evaluation Committee will recommend to City Council that award be made to the responsible Proposer whose submission is determined by the Evaluation Committee to be the most advantageous to the City, taking into consideration the relative importance of price and other evaluation factors. A.3.12 Execution of Contract The Cities shall authorize award of a contract to the successful Proposer selected through the evaluation and negotiation process, and designate the successful proposer as the Cities contractor, subject to execution of the requisite contract documents by the Cities and the Contractor. All necessary contract documents are prepared by the Cities Attorneys and tailored for this project. The Cities will require the Contractor to sign the necessary documents, enter into the required contract with the Cities and provide a Certificate of Insurance evidencing insurance as required per Section A.5 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 them by the Cities to sign and return the contract documents to the Cities. Be aware that no contract shall be binding on the Cities until it has been approved as to form by the Cities Attorneys, and executed by the City Managers. Further, no contract for this project may be signed by the Cities without the authorization of the different City Councils. The City's official representative during the procurement process is the PM or their designee. 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 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 Cities shall be final. A.3.13 Proposal Contents Proposals should be prepared in accordance with the instructions in Section B. A.3.14 Proposal Delivery The entire package (or individual copies or volumes, as desired) should be sealed and addressed to the City of Garland’s Purchasing Agent. Mark plainly on the outside of the package the RFP number and title of the procurement, P25 Radio System Request for Proposals RFP # 4469-14 to which the proposal is submitted, and indicate a return address. Failure to do this may cause the proposal to be misplaced and not considered.

RCC CONSULTANTS, INC. 30

PAGE 20 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

All responses, proposals, and accompanying documentation except proprietary and intellectual property of the proposer, shall become the property of the Cities of Garland and Mesquite. A.3.15 Disqualification of Proposers Proposers may be disqualified for any, but not limited to the following reasons: 1. Reason to believe collusion exists among the proposers; 2. The proposer is involved in any litigation against the Cities; 3. The proposer is in arrears on an existing contract or has defaulted on a previous contract with the Cities; 4. Lack of financial stability; 5. Failure to perform under previous or present contracts with the Cities; 6. Failure to use the Cities approved forms. 7. Failure to attend the Pre-Proposal Conference 8. Failure to meet the qualifications as specified in A.2.3 A.4

Proposal Evaluation and Selection

A.4.1 Introduction The Cities 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 B. A.4.2 Proposers Evaluation Procedure and Criteria The Selection Committee will consist of technical, management, and end-user personnel and others designated by the City and County. This committee will evaluate the proposals based on criteria listed below: Table A.4.2 – Proposal Evaluation Criteria A. Price/Value to the Cities

20%

B. Purchasing Incentives / Trade-ins / long term discounts

5%

C. Radio System Coverage

25%

D. Overall content and quality of the proposal and adherence to the requirements of the RFP E. Overall system architecture, features and functionality, and the benefits to be derived by the Cities F. Project Management Plan and history of delivering equipment, systems and services in a timely manner TOTAL

RCC CONSULTANTS, INC. 30

20% 25% 5% 100%

PAGE 21 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

As part of the evaluation process, the City may interview Proposers regarding specific areas of their proposals as well as their references. 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. A.5

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 below. The Cities will be provided a Waiver of Subrogation waiving Rights of Recovery against the Cities on the Workers’ Compensation/Employers Liability policy. The Cities will be shown as the certificate holder. This insurance must stay in force for the duration of the contract.

RCC CONSULTANTS, INC. 30

PAGE 22 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

CITY OF GARLAND CONTRACTOR INSURANCE REQUIREMENTS & AGREEMENT REQUIREMENTS

Contractors performing work on City property or public right-of-way for the City of Garland shall provide the City a certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions identified herein. Contractors shall provide the City evidence that all subcontractors performing work on the project have the same types and amounts of coverages as required herein or that the subcontractors are included under the contractor’s policy. All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact business in the State of Texas and must be acceptable to the City of Garland Risk Management office. Listed below are the types and minimum amounts of insurances required and which must be maintained during the term of the contract. The City reserves the right to amend or require additional types and amounts of coverages or provisions depending on the nature of the work. TYPE OF INSURANCE

AMOUNT OF INSURANCE

Workers’ Compensation Employers’ Liability

Statutory Limits $100,000 per occurrence

Commercial General (Public) Liability to include coverage for: a) Premises/Operations b) Products/Completed Operations c) Independent Contractors d) Personal Injury e) Contractual Liability

Bodily Injury - $250,000 per person, $500,000 per occurrence; Property Damage - $100,000 per occurrence -ORCombined single limit of $600,000

Business Auto Liability to include coverage for: a) Owned/Leased vehicles b) Non-owned vehicles c) Hired vehicles

Bodily Injury - $250,000 per person, $500,000 per occurrence; Property Damage - $100,000 per occurrence. -ORCombined single limit of $600,000

PROVISIONS

City to be provided a WAIVER OF SUBROGATION AND 30 DAY NOTICE OF CANCELLATION or material change in coverage. Insurance company must be A-rated or above. City to be listed as ADDITIONAL INSURED and provided 30 DAY NOTICE OF CANCELLATION or material change in coverage. Insurance company must be A-rated or above. City to be listed as ADDITIONAL INSURED and provided 30 DAY NOTICE OF CANCELLATION or material change in coverage. Insurance company must be A-rated or above.

Certificate of Liability Insurance forms may be faxed to Purchasing Department , attn: Liz Segura, @ 972-205-2495, phone 972-205-2416 or emailed to: [email protected] Questions regarding required insurance should be directed to Robby Neill, City of Garland Risk Manager, (972)205-2481. This form must be signed and returned with your quotation. You are stating that you do have the required insurance and if selected to perform work for the City, will provide the certificates of insurance with the above requirements to the City. A PURCHASE ORDER WILL NOT BE ISSUED WITHOUT EVIDENCE OF INSURANCE.

RCC CONSULTANTS, INC. 30

PAGE 23 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

AGREEMENT I agree to provide the above described insurance coverages within 10 working days if selected to perform work for the City of Garland. I also agree to provide the City evidence of insurance coverage on any and all subcontractors performing work on the project. Project/Bid#___________________________________________________________________ Company:________________________________Vendor#(ifapplicable)___________________ PrintedName: __________________________________________________________________ Signature:_____________________________________Date: ___________________________

A.6

Bid Bond

Bidder shall submit a bid bond equal to five percent (5%) of the bid price. Failure to submit a bid bond when required may deem the bid non-responsive. Bid Bonds may be submitted electronically with the executed original provided immediately upon request.

RCC CONSULTANTS, INC. 30

PAGE 24 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

A.7

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Payment Bond PAYMENT BOND

STATE OF TEXAS`` COUNTY OF DALLAS`

WHEREAS, ________________________________________ as principal ("Contractor") and __________________________________, a corporation organized under the laws of _____________________________________ and being duly authorized to do business in the State of Texas, as surety ("Surety")(whether one or more), do hereby expressly acknowledge themselves to he held and bound to pay to the City of Garland, Texas, a home-rule municipality organized and operating under the Constitution and laws of the State of Texas (the "City"), its successors and assigns, and to all persons, firms, subcontractors and corporations who may furnish materials or labor under the contract as more fully described below, the sum of _____________________________________________ Dollars in the lawful currency of the United States of America ($ ________________) for the payment of which Contractor and Surety are liable to the City, jointly and severally; and WHEREAS, Contractor has this day entered into a written contract with the City to build and construct:

P25 Radio System Project RFP # 4469-14 which contract and the plans and specifications therein mentioned (collectively referred to hereinafter as the "Contract") are hereby expressly incorporated into and made a part hereof as though set forth at length; and WHEREAS, this bond is given pursuant to Chapter 2253 of the Texas Government Code; NOW, THEREFORE, if Contractor shall promptly make payment to all persons, firms, subcontractors and corporations who may furnish materials or labor under the Contract, then this obligation shall be void; otherwise to remain in full force and effect. The obligations of Contractor and Surety under this bond apply both to the original Contract and to any extension of time or modification of the Contract and Surety agrees that no change, extension of time, addition, expansion or other modification of the Contract, the work to be done under the Contract, or the plans and specifications which are a part of the Contract shall in any manner affect the obligations of Surety under this bond, and Surety waives notice of any such change, extension of time, addition, expansion or other modification. The obligations of Contractor and Surety under this bond are performable and payable in Dallas County, Texas such that exclusive venue for any legal action pertaining to this bond shall lie in Dallas County, Texas. By their signatures below, the persons signing this bond warrant and represent that they are, respectively, duly authorized to sign on behalf of Contractor and Surety. EXECUTED this the __________ day of _________________________, 20__.

RCC CONSULTANTS, INC. 30

PAGE 25 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

CONTRACTOR:

SURETY:

By:___________________________ _______

By:___________________________ ______

Title:_________________________ _______

Title:__________________________ ______

ACKNOWLEDGMENTS [Contractor] STATE OF TEXAS

`

COUNTY OF DALLAS` Before me _____________________________________________________(insert the name of the officer) on this day _______________ personally appeared ___________________________ known to me (or proved to me on the oath of ________________________) or through ____________________ (description of identity card or other document) to be the person whose name is subscribed to the forgoing instrument and acknowledged to me that he/she executed the same for the purpose and consideration therein expressed. Given under my hand and seal of office this ___________ day of ________________, 2______.

___________________________________ Notary Public in and for the State of Texas My Commission Expires:_______________

_____________________________________ Typed or Printed Name of Notary

[Surety] STATE OF TEXAS`` COUNTY OF DALLAS` This instrument was acknowledged before me on the __________ day of ______________________, 2___ by ________________________________________ who is the ____________________________________ of the Surety, on behalf of Surety. GIVEN UNDER MY HAND AND _______________________, 2___.

SEAL

__________________________________ Notary Public in and for the State of Texas My Commission Expires:______________

RCC CONSULTANTS, INC. 30

OF

OFFICE

this

the

________

day

of

____________________________________ Typed or Printed Name of Notary

PAGE 26 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

A.8

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Performance Bond

PERFORMANCE BOND STATE OF TEXAS` COUNTY OF DALLAS ` WHEREAS, ________________________________________ as principal ("Contractor") and ___________________________________________________________________________, a corporation organized under the laws of _____________________________________ and being duly authorized to do business in the State of Texas, as surety ("Surety")(whether one or more), do hereby expressly acknowledge themselves to he held and bound to pay to the City of Garland, Texas, a home-rule municipality organized and operating under the Constitution and laws of the State of Texas (the "City"), its successors and assigns, and to all persons, firms, subcontractors and corporations who may furnish materials or labor under the contract as more fully described below, the sum of _______________________________________ Dollars in the lawful currency of the United States of America ($ _________________ ) for the payment of which Contractor and Surety are liable to the City, jointly and severally; and WHEREAS, Contractor has this day entered into a written contract with the City to build and construct:

P25 Radio System Project RFP # 4469-14 which contract and the plans and specifications therein mentioned (collectively referred to hereinafter as the "Contract") are hereby expressly incorporated into and made a part hereof as though set forth at length; and WHEREAS, this bond is given pursuant to Chapter 2253 of the Texas Government Code; NOW, THEREFORE, if Contractor shall well, truly and faithfully perform all of the undertakings, duties, terms, conditions and agreements of the Contract; shall satisfy all claims and demands incurred under the Contract; shall fully indemnify and hold the City harmless; shall reimburse and repay the City for any outlay or expense which the City may incur in making good any default, and shall promptly make payment to all persons, firms, subcontractors and corporations who may furnish materials or labor under the Contract, then this obligation shall be void; otherwise to remain in full force and effect. The obligations of Contractor and Surety under this bond apply both to the original Contract and to any extension or modification of the Contract and Surety agrees that no change, extension of time, addition, expansion or other modification of the Contract, the work to be done under the Contract, or the plans and specifications which are a part of the Contract shall in any manner affect the obligations of Surety under this bond, and Surety waives notice of any such change, extension of time, addition, expansion or other modification. The obligations of Contractor and Surety under this bond are performable and payable in Dallas County, Texas such that exclusive venue for any legal action pertaining to this bond shall lie in Dallas County, Texas. By their signatures below, the persons signing this bond warrant and represent that they are, respectively, duly authorized to sign on behalf of Contractor and Surety. EXECUTED this the _____ day of _______________, 2___.

RCC CONSULTANTS, INC. 30

PAGE 27 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

CONTRACTOR:

SURETY:

By:___________________________ _____ Title:__________________________ _____

By:___________________________ ________ Title:__________________________ ________

ACKNOWLEDGMENTS [Contractor] STATE OF TEXAS ` COUNTY OF DALLAS` Before me _____________________________________________________(insert the name of the officer) on this day _______________ personally appeared ___________________________ known to me (or proved to me on the oath of ________________________) or through ____________________ (description of identity card or other document) to be the person whose name is subscribed to the forgoing instrument and acknowledged to me that he/she executed the same for the purpose and consideration therein expressed. Given under my hand and seal of office this ___________ day of ________________, 2______.

____________________________________ Notary Public in and for the State of Texas My Commission Expires:___________________

_______________________________________ _ Typed or Printed Name of Notary

[Surety] STATE OF TEXAS` COUNTY OF DALLAS` This instrument was acknowledged before me on the ____day of ________________, 2___ by ______________________________ who is the _________________________ of the Surety, on behalf of Surety. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the ____ day of ______________, 2___. _____________________________________ Notary Public in and for the State of Texas My Commission Expires:_________________

RCC CONSULTANTS, INC. 30

_______________________________________ __ Typed or Printed Name of Notary

PAGE 28 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Section

B

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Instructions to Proposers Section B—Instructions to Proposers

B.1

Proposal Response

B.1.1 Proposal Contents and Format The purpose of this section is to provide the Proposer with format guidance for preparing their Proposal, which will help facilitate the development of a complete response that can be reviewed in an efficient and effective manner. Proposers are strongly encouraged to study and fully understand the requirements of the total RFP and related purchasing requirements and processes before beginning any response. B.1.2 Complete Response In order to provide a complete response to this RFP, Proposers are strongly encouraged to follow step 1, and are required to submit a Proposal following steps 2-4 below (Proposals not meeting steps 2-4 may be rejected at the outset of the review): 1. Read and understand, in total, all of the accompanying sections of the RFP 2. Complete a Narrative Response to this RFP per the instructions of this RFP as noted below and include this response as Volume 1 of the Proposal 3. Complete a Point by Point Response per the instructions of this RFP as noted below and include this response as Volume 2 of the Proposal. 4. Complete the Pricing Section of the RFP (Section 13) and place this information in separate and sealed binder when delivering the Proposal and label this information as Proposal Pricing. Include the pricing information as Volume 3 of the Proposal. The City will not pay any costs associated with the preparation, transmittal, or presentation of any proposals or material submitted in response to this RFP. Do not include any State or Federal sales taxes in the proposed costs. The Cities 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 Cities 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 Cities, without charge, any enhancements, or any other terms, conditions, or circumstances that favor the Cities 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 Cities at the same or lesser charge, consistent with the discounts provided by the Proposer.

RCC CONSULTANTS, INC. 30

PAGE 29 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

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 Cities, consistent with the discounts provided by the Proposer. B.1.3 Compliancy with the Requirements To help facilitate a clear understanding of each proposal response and to help reduce ambiguity, Proposers shall insert a complete Point by Point response that addresses each numbered point or paragraph listed in each section. The response shall address at a minimum, the following: 1. Read and Understood: Where appropriate, when there is a point or paragraph that does not specifically require that the Proposer indicate any level of compliancy and this point or paragraph is provided for informational purposes, the Proposer shall indicate that they have read and understood that point or paragraph. 2. Fully compliant with this point or paragraph: This shall indicate that the proposer fully understands the specification and is fully compliant with this requirement. 3. Partially compliant with this point or paragraph: This shall indicate that the Proposer does not fully meet the requirement or intent of the specification. The Proposer shall provide a complete description of why they do not meet the full requirement of the specification and then state their clarification or substitution for that particular point or paragraph. 4. Not compliant (exception): This shall indicate that the Proposer’s solution does not comply with this specification listed in this point or paragraph. If a partially compliant or non-compliant response is proposed, a complete explanation of the reason for partial or non-compliance shall follow the individual paragraph being referenced (i.e., the explanation is inserted as text following the paragraph). This action constitutes the “Point by Point Response.” Note that the response "fully compliant" is adequate unless the Proposer wishes to point out that their offering exceeds the stated requirement. Proposers are not to offer alternate or optional solutions, or responses to the requirements noted in the RFP unless allowed for in the specific paragraph relating to the requirement. Additionally, Proposers shall include a Compliancy Discussion as part of the Point by Point response at the end of each of sections 2 through 12 of the RFP. The Discussion shall restate the explanations for any subsections in which a partially compliant or non-compliant indication was made. When supplying comments, explanations, and information for the Compliancy Discussion, the Proposer may present these as a brief summary, however a more complete discussion shall be included in the Narrative portion of the Proposal. The Company Executive that signed the Letter of Transmittal in Volume 1 of the Proposal must also initial the Compliancy Discussion at the end of each section. Note: failure to indicate compliance, partial compliance, or non-compliance with any requirement, along with an explanation for that indication (applicable to partial compliance or non-compliance responses only), will be interpreted to mean that the Proposer is fully compliant with the requirement. Also, failure to indicate read and understood for any applicable paragraph will be interpreted to mean that the Proposer has read and understood the requirement. B.1.4 Electronic Copy An electronic copy of the RFP is being provided in a Microsoft Word format so that Proposers can utilize the documents in preparing a point-by-point response to the RFP. The electronic copy can be

RCC CONSULTANTS, INC. 30

PAGE 30 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

used to "insert" responses as necessary. Include Sections 2 through 12 in the proposal in their entirety. The RFP is also provided as an Adobe PDF for reference. B.1.5 Narrative Response As noted above, in addition to a point-by-point response noted above, the Proposer shall provide, in a narrative form, at the minimum, the information outlined in the paragraphs that follow. This particular response shall be bound separately from the remainder of the proposal and labeled as “Proposal Narrative Response – P25 Trunked Radio System - Volume 1”. Additional information, as necessary, can be included in order to make the proposal response complete. The use of graphics and graphical presentation materials in the proposal will help facilitate a clearer understanding of the proposed system. The narrative portion of the proposal shall be fully consistent with the “Point by Point” response, that is, there should be no discrepancy between the two. B.1.6 Narrative Response Content The narrative portion of the proposal shall contain, at the minimum, the information noted in the following paragraphs. Proposers shall supplement their narrative proposal with other informational items as necessary in order to provide a complete description of the system being proposed. This Section provides guidance for completing the required content of the Narrative Response. Note that specific requirements are outlined in the various sections of the RFP. The Proposal Narrative Response shall follow, but is not limited to, the following general outline, with numbered Sections using tabs between each section – also see following specific information regarding the major components of the entire system and the references to the various sections of the RFP: 1. Letter of transmittal – (cover letter) - Include a cover letter transmitting the proposal to the City, indicating the information included above (P25 Radio System Request for Proposals RFP #4469-14). In addition, the cover letter shall indicate that the Proposer's company agrees to be bound by the Proposal included in the original Proposal submission without modification. 2. Acknowledgement that the Proposal meets the full intent of the RFP 3. Executive summary 4. Proposer Qualifications a. Company background and history b. Implementation experience in similar projects including references c. Company organization and management d. Proposed project team including resumes and certifications e. Proposed subcontractors including resumes and certifications f.

Factory and local support – testing, staging, and implementation

g. Company’s warranty and maintenance support capability including any software support programs 5. Proposed System Description a. Technology and system architecture proposed b. Use of available (current) radio spectrum and future spectrum

RCC CONSULTANTS, INC. 30

PAGE 31 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

c. Master network site configuration including system management and alarm reporting systems d. Simulcast system description and associated components e. Voice logging systems, see below and per Section 5 f.

Console systems and associated components, see below and – per Section 6

g. Other subsystem such being proposed which may include: 1) Encryption Key Management 2) Encryption Over the Air Rekeying, 3) Fire Station Alerting (FSA) 4) Other sub-systems (identify) h. Equipment shelters and standby power systems such as standby power generators and UPS systems i.

Radio tower and associated sub systems and implementation

j.

Description of radio sites and work to be performed at the sites

k. Radio field units proposed and key features l.

Other items provided in the system offering 1) Radio coverage analyses and radio coverage maps per Section 3 2) Proposed radio coverage acceptance test plan – per Section 3 3) Description of all radio field (subscriber) units being proposed (mobile radio units, portable radio units and RF control stations and applicable accessories) - per Section 7 4) Proposed implementation plan including a preliminary cutover plan – per Section 8 5) Proposed installation and documentation processes – per Section 9 6) Proposed functional system and acceptance testing – Per Section 10 7) Proposed warranty and maintenance plan – per Section 11 8) Proposed training program – per Section 12 9) Proposed system schedule 10) Product “Life Cycle and Support” information for all Proposer manufactured equipment 11) Forms required by the City 12) Equipment and system brochures

The narrative portion of the proposal shall be bound and delivered as Volume 1 titled “Proposal Narrative Response – P25 Trunked Radio System - Volume 1”.

RCC CONSULTANTS, INC. 30

PAGE 32 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

B.2

Proposer Information

B.2.1

General Proposer Information

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Proposer's Name: Address: Point of Contact for the Proposal: Name: Title: Address: Telephone Fax: B.2.2

General Supplier Information

List the suppliers of all equipment and systems being provided as part of the proposed system, including at the minimum, the following: 1. Master Network Site controller(s): 2. Network and system management equipment: a. Routers b. LAN/WAN switches c. Servers d. Firewalls e. Other - identify 1) Network alarm reporting equipment: 2) Dispatch center radio operator position equipment and accessories 3) Dispatch center central electronics: 4) Dispatch center network equipment: 5) Voice logging equipment: 6) Trunked Prime Site simulcast controllers: 7) Trunked Remote Site simulcast controllers 8) Trunked simulcast network equipment: 9) Routers 10) Controllers 11) LAN/WAN switches 12) Trunked repeater stations 13) Trunked voting receivers

RCC CONSULTANTS, INC. 30

PAGE 33 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

14) Trunked voting comparators 15) Trunked simulcast audio distribution equipment 16) Trunked radio system antenna systems: a) Antennas b) RF Transmission lines c) Transmitter combiners d) Receiver multicouplers and tower mounted pre-amplifiers assemblies 17) Uninterruptable Power Systems 18) Equipment Shelters 19) Standby AC generators 20) Lightning and Surge Suppression Equipment 21) Radio Towers 22) Mobile Radios and Accessories 23) Portable Radios and Accessories 24) System Test Equipment Descriptive brochures shall accompany each type of equipment or system being offered and should be included as an Appendix to the narrative response. B.2.3

Proposed Project Team

Provide a complete description of the proposed project team. List the names of the key personnel that will be assigned to this project and describe the contribution each will make to the project, paying particular attention to the project engineers, technical support personnel and project manager. Include the percent of each individual’s time devoted specifically to this project, and whether they will reside in the Dallas area during the project, from Proposer selection to system acceptance. Identify who will have overall responsibility for successful completion of the project. List any other projects or commitments that each person is expected to be involved with at the same time as the Dallas project. Discuss the process used if individuals must be replaced and substituted with other personnel. B.2.4

Project References

Provide Company and project references: The Proposer shall list and describe five (5) systems of the same or larger size, scope, and technology (P25 Phase II Trunked Simulcast) which are currently in operation. Complete the form below for five (5) systems. Name of system owner: ________________________________________________________ Type of System: ______________________________________________________________ System Description: ___________________________________________________________ Location: ____________________________________________________________________ Number of Repeater Sites: ______________________________________________________

RCC CONSULTANTS, INC. 30

PAGE 34 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Frequency Band: ______________________________________________________________ Number of Radio Channels: _____________________________________________________ Number of Radios Supported: ___________________________________________________ Agencies using the system: _____________________________________________________ System Connectivity: __________________________________________________________ Number of Dispatch positions: ___________________________________________________ Client Contact: ________________________________________________________________ Client Title: __________________________________________________________________ Telephone Number: ___________________________________________________________ Email Address: _______________________________________________________________ System status (awarded, under installation, installation completed, system accepted, system cutover, fully operational, etc.) ___________________________________________________ Date accepted: _______________________________________________________________ B.2.5

Project Manager

Proposers shall provide information regarding their proposed project manager: Name:

___________________________________________________________

Telephone: __________________________________________________________________ Number of Years with the Company: _______________________________________________ Percent of Project Manager's time dedicated to this project: ____________________________ PMP / PMI certified? Yes

No

Provide a brief description of the Project Manager's background including education and related experience in managing a project of this size. List three client references for the proposed Project Manager 1. Name: ___________________________________________________________________ Representing: ________________________________________________________________ Telephone Number: ___________________________________________________________ 2. Name: ___________________________________________________________________ Representing: ________________________________________________________________ Telephone Number: ___________________________________________________________ 3. Name: ___________________________________________________________________ Representing: ________________________________________________________________ Telephone Number: ___________________________________________________________

RCC CONSULTANTS, INC. 30

PAGE 35 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

B.3

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Maintenance Support

B.3.1 Maintenance Organizations Provide a complete description of the maintenance program being provided. Provide a complete description of the maintenance provider proposed. Include the following items in the discussion. 1. Name of Maintenance Organization: 2. Address: 3. Telephone: 4. Contact: 5. Description of Facilities: 6. Service Center Capabilities: 7. Number of Vehicle Bays in the City area for Mobile Installs/Repairs: 8. Description of Test Equipment Maintained by the Facility: 9. Description of Any Continuing Education Program in Effect: 10. Technicians Dispatched From: 11. Number of Technicians Trained on the Proposed System in the Area: 12. Number of Technicians Trained to do Mobile Installs: 13. Staff Qualifications: 14. Customer References (names and telephone numbers) with similar systems in the area for whom installation and maintenance services are performed: 15. Location of Local Spare Parts Inventory: 16. General Description of the Local Parts Inventory: 17. Location of Factory Parts Depot for Parts for the System: 18. Guaranteed Response Times: a. Major Outage: b. Minor Outage : 19. Hourly Rate for Rate Work Done Outside of the Contracted Hours: a. Normal Business Hours: b. Nights, Weekends, Holidays: 20. Describe the repair procedures for parts or equipment that cannot be repaired at or by the proposed local facility, and must be repaired by a centralized repair facility. 21. State the guaranteed return time for items sent to such a centralized facility. 22. State the guaranteed return time for mobile and portable radio repairs. 23. Describe the ongoing level of factory engineering and service support that will be available to the local service facility during the installation and maintenance of the system.

RCC CONSULTANTS, INC. 30

PAGE 36 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

24. Describe the factory organization that provides such support. 25. Indicate the response time for factory support to arrive on site should it be required by the local service facility. 26. Provide an itemized price list of essential spare parts to be maintained to assure rapid restoration of the system in the event of component failure. 27. Provide an itemized price list of test equipment to be used to maintain the proposed system. B.3.2 Subcontractors / Installation Organizations Identify any and all subcontractors performing installation of any equipment or subsystems. Provide a brief overview of their contribution to the project. Outline the subcontractors experience and qualifications to perform the associated tasks.

B.4

Project Schedule

B.4.1 Project Schedule - General The Proposer shall state the company’s ability and willingness to comply with the desired project timeframe, which includes a contract award in early 2015 and a system acceptance by early 2016. If any items in the Proposal are currently unavailable, these shall be fully described, and how the product availability will affect the ability to complete the project on schedule. Include the proposed schedule here. The project schedule and Gantt chart should be developed in accordance with Section 8 of this RFP. 1. Proposers shall provide a narrative to accompany the timeline. Include in the discussion key milestones and deliverables that must be met by the City/County and the Proposer in order to stay on schedule. Include a discussion of the system cutover plans in this section. 2. Proposers shall discuss the proposed method for managing the integration of the various departments and agencies into the system. Describe who will have primary responsibility for the successful implementation, including programming and installation. 3. Proposers shall describe the planned method of installing the mobile radios. The Cities will provide a location(s) to perform the installations such as a city service center or the Radio Shop. In the discussion, describe the planned number of units that are to be installed per day, where they would be installed, and the structure of the team who would perform the work, where extra labor would come from if necessary, who would supervise and what the quality control and inventory control processes would be. 4. Proposers shall describe the planned process of any software/firmware or hardware upgrades of existing radio field units, including mobile radios, portable radios and RF control stations and how the upgrade to P25 operation will be accomplished.

RCC CONSULTANTS, INC. 30

PAGE 37 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

B.5

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Proposed System Architecture & Equipment

B.5.1 System Architecture Thoroughly describe the type of system proposed. The discussion shall provide a system overview (including block diagrams) for the proposed system configuration, followed by a breakdown of the equipment and facilities proposed for each site. At a minimum, the following items must be addressed. Note that the RFP addresses many of these items in the following sections and if there are specific requirements noted elsewhere in this RFP that are pertinent to this section, the response shall be included. 1. System architecture and technology employed 2. Comments concerning the trunked radio and network sites, including any public safety communications (dispatch) site(s) 3. Number of RF channels per site 4. Number of individual radio user IDs supplied with the system 5. Number of radio operator position licenses supplied with the system 6. Identification of any “seat” licenses, or other software licenses required and supplied in the proposed system 7. A complete listing of all of the types of software operating systems utilized by the fixed trunked infrastructure equipment, and sub-systems 8. A complete listing of all of the types of application specific software programs utilized by the fixed trunked infrastructure equipment, and sub-systems 9. Propagation Maps displaying coverage and simulcast TDI analysis per Section 3 of the RFP 10. Describe the propagation model used to prepare the radio coverage maps. 11. Include a data sheet for each coverage map included in the proposal, including all gains, losses, and other factors. Minimum signal thresholds for each colored coverage area on proposed maps must be identified in the margin of each map. a. Describe the method of providing radio coverage in listed buildings. b. Discuss how the system handles Project 25 Phase 1 radios when they roam into the system. 12. Provide a comprehensive failure mode analysis and reliability features. The Proposer shall follow the structure dictated in Section 2 of this RFP. All potential single points of failure, however unlikely, must be identified. As part of the discussion describe the switching mechanism between the primary and back-up sites and the behavior of the system including all of the scenarios involving the primary and back-up Master Sites and the Main and backup Prime Simulcast sites, as well as the modes to return the system to the primary configuration. 13. Provide information on maximum number of sites per simulcast system, maximum number of channels per site, maximum number of sites, subsystems, etc. per Master Network Controller.

RCC CONSULTANTS, INC. 30

PAGE 38 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

14. Thoroughly describe the channel expansion process, per site, per channel for both 700 and 800 MHz. Provide additional costs per channel, and describe any savings associated with adding larger numbers of channels at one time. 15. Provide a listing and description of all equipment proposed for each site 16. Thoroughly describe the proposed console system and its operation with the system including audio logging capability 17. Include a transaction timing diagram depicting the worst case scenario within the proposed system design with the discussion. Include a separate timing diagram for the digital mode and digitally encrypted mode. Title the diagram “Guaranteed Channel Access Time, from Push-to-Talk to Receiver Open and Ready to Receive”. 18. Thoroughly describe the proposed AES encryption scheme. Describe any Over-The-AirRekeying (OTAR) feature and any encryption “Key Management” system that may be available. 19. Itemize the cost of encryption on a per channel basis with all voice channels to be capable of encryption. 20. Thoroughly describe how interoperability with surrounding systems, including those that are P25, trunked, conventional, in different operating bands, and/or analog will be addressed. 21. Identify all proprietary items, if any, being supplied as part of the system. 22. If applicable, identify dealers licensed to distribute the Proposer’s subscriber units. 23. Identify manufacturers and dealers of radio field units compatible with the proposed system. B.5.2 Mobile Radios Describe each of the proposed mobile radios. At a minimum, the following items must be addressed. If there are specific requirements noted elsewhere in this RFP that are pertinent to this section, a response shall be included here. 1. Quantity proposed per City / Agency 2. Manufacturer 3. Make and model number, per agency 4. RF power output 5. Antenna type 6. Number of systems supported 7. Number of modes 8. Encryption capability, OTAR, code key management 9. Talk-around 10. Priority scan 11. Ability to program conventional channels 12. Call Alert (paging via the trunked system control channel) 13. Individual Call

RCC CONSULTANTS, INC. 30

PAGE 39 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

a. Indicate if Individual Call list is separate from Call Alert list: b. Indicate maximum size of each 14. Display type 15. Emergency button 16. Unit ID a. Indicate ability to display alias of calling party (include limitations) b. Indicate maximum number of aliases that can be programmed 20. System capability failure indications 21. Describe the analog capability, for conventional and, if available, for trunked radio systems. 22. Provide a specification compliance matrix for each proposed mobile. 23. Descriptive brochures shall be included for each type of equipment or system being offered. B.5.3 Portable Radios Describe each of the proposed handheld radios. At a minimum, the following items must be addressed. If there are specific requirements noted elsewhere in this RFP that are pertinent to this section, a response shall be included here. 1. Quantity proposed per agency 2. Manufacturer 3. Make and model number 4. Capability of portable radio operating in the proximity to and in the presence of high level of background noise 5. RF power output 6. Number of systems supported 7. Number of modes 8. Encryption capability, OTAR, code key management 9. Talk-around 10. Priority scan 11. Ability to program conventional channels 12. Call Alert (paging via the trunked system control channel) 13. Individual Call (Private Call) a. Indicate if Individual Call list is separate from Call Alert list b. Indicate maximum size of each 14. Display type 15. Type of technology used for the rechargeable battery – include capacity, recharge rate, and recharge life cycle 16. Types of chargers being supplied

RCC CONSULTANTS, INC. 30

PAGE 40 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

17. Carrying Devices: If a particular carrying device is required to achieve the proposed coverage, the devices must be clearly described. NOTE: RADIO COVERAGE MUST BE CALCULATED USING A BELT CLIP – SEE SECTION 3. 18. Emergency button 19. Unit I.D. a. Indicate ability to display alias of calling party b. Indicate maximum number of aliases that can be programmed 20. System capability failure indications 21. Vehicular console/charger with antenna, microphone, speaker and other accessories 22. Other options (various microphones, headsets, etc.) 23. GPS capability, if available 24. Describe the analog capability, for conventional and, if available, for trunked radio systems. 25. Provide a specification compliance matrix for each proposed handheld radio. 26. Descriptive brochures shall be included for each type of equipment or system being offered. B.5.4 Control Stations Describe the proposed control stations. At a minimum, the following items must be addressed. If there are specific requirements noted elsewhere in this RFP that are pertinent to this section, a response shall be included here. 1. Quantity proposed per agency 2. Manufacturer 3. Make and model number 4. RF power output 5. Number of systems supported 6. Number of modes 7. Encryption capability, OTAR, code key management 8. Talk-around 9. Priority scan 10. Ability to program conventional channels 11. Call Alert (paging via trunked control channel) 12. Individual Call (Private Call) a. Indicate if Individual Call list is separate from Call Alert list b. Indicate maximum size of each 13. Display type 14. Desk microphone 15. Emergency button

RCC CONSULTANTS, INC. 30

PAGE 41 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

16. Unit ID a. Indicate ability to display alias of calling party b. Indicate maximum number of aliases that can be programmed 17. System capability failure indications 18. Provide a specification compliance matrix for each proposed control station. 19. Proposed 4-hour rechargeable power system including manufacturer, operating capacity (time), recharge time, required maintenance, and type of battery – Public Safety locations only for those locations without suitable site emergency back-up power. 20. Antenna system description (length and type of coaxial cable, surge protection type, control station combiner, etc.) 21. Describe the analog capability, for conventional and, if available, for trunked radio systems. 22. Describe the controls stations ability for remote control operation, via the VoIP interface being proposed 23. Descriptive brochures shall be included for each type of equipment or system being offered. B.5.5 Proposed Equipment Shelters Describe the proposed equipment shelter, or alternately equipment cabinet, being proposed – as required by the particular site. At a minimum, the following items must be addressed. If there are specific requirements noted elsewhere in this RFP that are pertinent to this section, a response shall be included. 1. Quantity and location (address) of each proposed shelter 2. Manufacturer 3. Dimensions 4. Type of construction and finish – see special provisions in Section 4 5. Type of slab 6. Type of fencing, as required 7. Bulkhead panels 8. Grounding system 9. Ice shield and waveguide bridge 10. Lighting and electrical system 11. Surge suppression (AC power, RF transmission lines, control circuits, and so on.) 12. Doors and locks 13. Vent fans 14. Detectors (smoke, entry, high temperature, etc.) 15. Security system 16. Warranty being provided 17. Include scale drawings of the floor plan, rack layouts, and exterior elevations

RCC CONSULTANTS, INC. 30

PAGE 42 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

18. Descriptive brochures shall be included for each type of equipment or system being offered. B.5.6 Proposed UPS Systems Describe the proposed UPS systems. At a minimum, the following items must be addressed. If there are specific requirements noted elsewhere in this RFP that are pertinent to this section, a response shall be included here. 1. Quantity proposed and location of each UPS 2. Manufacturer, make and model # 3. Rated output 4. Operating time at full load 5. Alarm outputs provided and monitored 6. Floor loading 7. Recharge time 8. Battery life (years) 9. Service bypass switching configuration 10. Warranty being provided 11. Descriptive brochures shall be included for each type of equipment or system being offered. B.5.7 Proposed Standby Generators Describe the proposed AC Power Standby Generators. At a minimum, the following items shall be addressed. If there are specific requirements noted elsewhere in this RFP that are pertinent to this section, a response shall be included. 1. Quantity Proposed and location of each generator 2. Manufacturer 3. Model 4. Type of fuel and storage tank 5. Fuel capacity 6. KW rating 7. Run time at full load 8. Remote starting capability 9. Transfer switch 10. Alarm outputs provided and monitored 11. Exhaust system 12. Surge protection 13. Warranty being provided 14. Descriptive brochures shall be included for each type of equipment or system being offered.

RCC CONSULTANTS, INC. 30

PAGE 43 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

B.5.8 Proposed Dispatch Console system Describe the proposed main dispatch consoles proposed for the City and the County. At a minimum, the following items must be addressed. If there are specific requirements noted elsewhere in this RFP that are pertinent to this section, a response shall be included here. 1. Console system architecture (must be VoIP, LAN connected) 2. Manufacturer, make and model 3. Number of operator positions proposed 4. Maximum number of operator positions supported by system architecture 5. Instant recall/replay recorder capability and functionality 6. Number of talkgroups and conventional channels supported on each dispatch console screen, folder, etc. 7. Conventional channel expansion capability 8. Number of unit ID’s and aliases supported per switch and/or operator position 9. Number of simultaneous patches per operator position supported 10. Functional capabilities provided 11. Signaling capabilities – paging, alerting 12. Provide sample screen shots and how PTT IDs, and Emergency Alerts are presented 13. Provide an example of how the dispatch console resource folders might appear to the operator and describe how operations relating to backup RF control, backup dispatch center, will be presented 14. Available headsets and types of headsets being provided 15. Capability to combine dispatch and telephone audio into headset 16. Instant call recorder capability and general information 17. Centralized/Master time source and related distribution system 18. Control and operation with “back-up” RF Control Stations and interoperability stations. 19. How interoperability functionality will be addressed 20. Describe permanent patches and any related costs or issues associated with these patches. 21. Descriptive brochures shall be included for each type of equipment or system being offered. B.5.9 Proposed Logging Recorder Systems (New and Upgraded) 1. Logging recorder interfaces 2. Logging recorder – trunked system, include manufacturer, make and model 3. Logging recorder – conventional and telephone audio, include manufacturer, make and model 4. Logging recorder upgrades

RCC CONSULTANTS, INC. 30

PAGE 44 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

B.5.10 Proposed Trunked Site Antenna Systems (700/800 MHz) Describe the proposed repeater antenna systems. At a minimum, the following items must be addressed. If there are specific requirements noted elsewhere in this RFP that are pertinent to this section, a response shall be included. 1. Combiners (make, model, number of channels) 2. Multicoupler (make, model, number of channels) 3. Tower Top Amp – failure protection and detection, test port operation 4. Transmit Antenna (make, model, gain, height, and orientation) and number used per site 5. Receive Antenna (make, model, gain, height, and orientation) and number used per site 6. Transmission lines and mounting hardware 7. Lightning and surge suppression devices proposed 8. Type of warranty being provided 9. Descriptive brochures shall be included for each type of equipment or system being offered B.5.11 Proposed System Manager/Information Management System Describe the proposed system/network management system. At a minimum, the following items must be addressed. If there are specific requirements noted elsewhere in this RFP that are pertinent to this section, a response shall be included. 1. Computer platform provided 2. Number of terminals proposed and location 3. Number of terminals supported 4. Remote LAN capability and the connection of the City of Garland Radio Shop to the network 5. Functional Capabilities 6. Descriptive brochures shall be included for each type of equipment or system being offered 7. Provide complete and thorough descriptions of the operation of each of the following functions: a. Selective Inhibit/Un-inhibit 1) Method of disabling a unit 2) How long the system will “search” for a targeted unit 3) Unit capabilities while disabled 4) Unit indications while disabled 5) Steps to re-enable a disabled unit b. Activity Reporting and Archiving 1) Information available 2) Sample reports c. Report Generation Printing

RCC CONSULTANTS, INC. 30

PAGE 45 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

1) Manufacturer, make and model of proposed printers 2) Recommended physical location of printers d. Database Maintenance 1) Parameters controlled 2) Describe unit and talkgroup site access privilege capabilities. Be specific about how this process works. Does it require that the radio unit register before the change takes place, etc.? 3) Number of separate databases that must be maintained for user authentication, user ID aliasing, alarm ID aliasing, etc. e. Controller Updating 1) Remote capabilities 2) Password protection, # of access levels f.

System Diagnostic and Alarm Reporting

g. Graphical User Interface B.5.12 Programming Software Describe proposed programming software packages. At a minimum, the following items must be addressed. If there are specific requirements noted elsewhere in this RFP that are pertinent to this section, a response shall be included here. 1. Model/version number and price for each piece of software, equipment, and subscription information. 2. Remote programming capabilities of the system, including: a. Backbone/Network equipment b. Repeater site equipment c. Dispatch Center equipment d. Subscriber equipment Indicate which items/features can be programmed over the air, through the backbone distribution network, through dial up lines, through dedicated leased lines, or only by being on location with the equipment. B.5.13 Alarm Monitoring and Reporting System Describe the proposed alarm system. At a minimum, the following items must be addressed. If there are specific requirements noted elsewhere in this RFP that are pertinent to this section, a response shall be included here. 1. Manufacturer, make and model of all equipment 2. Quantity proposed and proposed location of all equipment 3. Functional capabilities 4. Diagnostics displayed

RCC CONSULTANTS, INC. 30

PAGE 46 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

5. Alarm conditions displayed 6. Sensors provided and monitored 7. Radio Site Equipment 8. Master Site Equipment 9. Dispatch Center Equipment 10. Proposed communications medium for the alarm system 11. Descriptive brochures shall be included for each type of equipment or system being offered B.5.14 Proposed Fleet/Sub Fleet Mapping Plan Describe the fleet mapping capabilities of the proposed system, including conventional operation. Identify fleet or sub fleet boundaries or talkgroup limitations in number of radio units that can be accommodated. If there are specific requirements noted elsewhere in this RFP that are pertinent to this section, a response shall be included here. B.5.15 Proposed Training Program Describe the proposed training program. At a minimum, the following items must be addressed. If there are specific requirements noted elsewhere in this RFP that are pertinent to this section, a response shall be included here. 1. System Overview a. Duration of Each Session b. Recommended Class Size c. Location d. Media Used e. Proposed Cost per Session 2. Operator Training a. Duration of Each Session b. Recommended Class Size c. Location d. Media Used e. Proposed Cost per Session 3. Dispatch Console Operator Training (Include Dispatch Console Operation and Logging Recorder Training) a. Duration of Each Session b. Recommended Class Size c. Location d. Media Used e. Proposed Cost per Session

RCC CONSULTANTS, INC. 30

PAGE 47 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

4. Bench Technician Training a. Number of Classes Proposed for (1) Technician b. Duration of Each c. Recommended Location d. Media Used e. Proposed Cost per Class / Session 5. System Technician Training (Include Radio and Microwave System Service Training) a. Number of Classes Proposed for (1) Technician b. Duration of Each Class / Session c. Recommended Location d. Media Used e. Proposed Cost per Class / Session 6. System Manager Training a. Number of Classes Proposed for (1) Technician b. Duration of Each c. Recommended Location d. Media Used e. Proposed Cost per Class / Session 7. Provide client references that have been trained by the proposed instructors 8. Provide an hourly rate for any additional supplemental training B.5.16 Acceptance Testing Plans – Factory and Field Testing 1. Provide a complete and thorough “preliminary” Factory Functional Acceptance Test Plan for the P25 Trunked Radio System. That is, the acceptance testing that is take place at system staging. Although test scripts may be included, they are not required for the proposal. Approved test scripts will be required prior to contract execution. 2. Provide a complete and thorough “preliminary” Field Functional Acceptance Test Plan for the trunked radio system. That is, the acceptance testing that is take place in the field. Although test scripts may be included, they are not required for the proposal. 3. Provide a complete and thorough “preliminary” Radio Coverage Acceptance Test Plan. Final approval of the RCATP will be required prior to contract execution. – See Section 3. B.5.17 Communication Sites 1. Include site and tower or antenna support structure drawings for each network and communications site. Site requirements are identified in Section 4 of the RFP. 2. For each new or existing site and/or facility, provide a description of the site and the work that is required at each network and/or communications site. Include preliminary site drawings, as applicable, showing the location of the tower, equipment shelter, equipment cabinet, equipment placement within the shelter or cabinet, routing of AC, DC power cables, transmission lines and

RCC CONSULTANTS, INC. 30

PAGE 48 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

microwave waveguide, and other equipment cabling and any other pertinent information about the site.

RCC CONSULTANTS, INC. 30

PAGE 49 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Current System Environment

Section

1

Section 1—Current System Environment 1.1

General Information

The Texas cities of Garland, Mesquite, Rowlett, and Sachse, which are all suburbs located east of Dallas, have undertaken an aggressive program to replace their aging Motorola 800 MHz SmartNet radio systems with a new shared P25 radio system. The current system environment for each of these agencies is summarized on the following pages, with each City being addressed separately. The purpose of this section is to provide Proposers with information regarding the current systems used for informational purposes only. Some equipment at existing facilities has been installed relatively recently, within the past few years. Proposers are being made aware so they can consider a system site component (tower, shelter, generator, etc.) that is far from the end of its life cycle and may be re-used in the new system, thus presenting an opportunity for cost savings for the participating agencies. Proposers shall decide if these facilities can be used in their system design with no detriment to the system performance, and under the same maintenance and warranty policy as would be provided if the facilities were being replaced. 1.2

Current System Environment – City of Garland

1.2.1

City of Garland Introduction

The City of Garland Texas is located in the northeastern portion of Dallas County in North Central Texas. In early 2013, the population was estimated at over 231,000 and was listed as the 12th largest city in Texas. Between the years of 2000 and 2010, the City has grown over 5%. The City itself covers approximately 58 square miles and is bordered by Dallas, Mesquite, Richardson, Sachse, and Rowlett. The City radio system supports public safety radio communications for the City of Garland and for the Cities of Sachse and Rowlett. It also supports local government / public works departments, among others. All of the agencies and departments supported by the system are listed below. x

Garland Police Department

x

Radio Communications Department

x

Garland Fire Department

x

Parks and Recreation Department

x

Garland Dispatch Operations

x

Fleet Services Department

x

Rowlett Police Department

x

Transportation Department

x

Rowlett Fire Department

x

Solid Waste Department

x

Sachse Police Department

x

Engineering Department

x

Sachse Fire Department

x

Water Department

x

City Marshal's Office

x

Health Department

x

Garland Emergency Management Office

x

Customer Svc–Meter Readers Division

RCC CONSULTANTS, INC. 30

PAGE 50 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

x

Garland ISD Security

x

Customer Service Department

x

Garland Power & Light

x

Facilities Management Department

x

Streets and Storm Water

x

Code Enforcement Department

x

Animal Control

x

Landfill

x

Information Technology Department

Presently, there are almost 2,000 mobile, handheld, and control station radio subscriber units on the system with about 1,300 of these being used to support public safety operations. The below sections provide a description of the types and quantities of radio equipment currently utilized by the public safety and other agencies that rely on the system to support daily operations. As can be seen in the section below, the largest public safety users of the radio system are the Garland Police and Fire Departments followed by the Rowlett Police Department. The majority of the equipment used by the departments is handheld radios, and the new system needs to be designed to primarily support handheld/portable radio coverage. 1.2.2

Garland Trunked Radio System

The City of Garland Texas operates an 800 MHz trunked radio system (Trunked Radio System ID 370A). The system is a 12-Channel Motorola SmartNET 3-Site Analog Simulcast Trunked Radio System that features a main and standby prime site with automatic switching capabilities. The system utilizes City owned fiber networks with back-up microwave systems to interconnect the different sites and dispatch centers. The system was upgraded to simulcast operation after the 800 MHz Rebanding program completed in 2009. Primary components of the system include Motorola MTC3600 Trunked Radio System Controllers and Motorola Gold Elite dispatch console systems. As with many other local agencies that utilize this equipment, these users are facing the end of factory support on these major components in 2016. Garland Radio Tower Site Information

Tower Site Owner: Latitude: Longitude: Structure Height: Ground Elevation: ASR Number Site Address on License: Tower Type: Equipment Shelter Type: Back-up Power UPS HVAC Type

Table 1.2.2A– Lawler Water Tower Site City of Garland 32-55-24.1 N 96-41-25.8 W 150’ 192.6m No ASR Assigned 3900 Lawler Road, Garland, TX 75042 Water Tower Pre-fabricated concrete Onan 60ENA (40 kW-Single Phase) with OTCU-225C Transfer Switch, manufactured in 1993 Liebert 20 kVA Bard Lead-Lag Dual HVAC system

The Lawler Water Tower Site in the current configuration houses the prime site controller and a colocated remote simulcast site; this is the oldest site on the system because it was part of the original configuration. Equipment located at this site includes prime Site Controller A, the receiver voting equipment; interconnect equipment over the City’s fiber network and a microwave system used to

RCC CONSULTANTS, INC. 30

PAGE 51 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

back-up the fiber connections, and twelve transmitters as part of the remote simulcast site. The generator at the site was manufactured in 1993 by Onan. It is an Onan Model 60ENA which is a natural gas powered 40 kW (Single Phase) system. The site also features a 20 kVA Un-interruptible Power Supply (UPS) that maintains power to the entire system during the transition from commercial power to generator power. Table 1.2.2B - Commerce Street Water Tower Site Tower Site Owner: City of Garland Latitude: 32-54-34.6 N Longitude: 96-36-44.3 W Structure Height: 225’ Ground Elevation: 152.4 m ASR Number 1273219 Site Address on ASR: 1348 Commerce Street, Garland, TX 75042 Tower Type: Water Tower Equipment Shelter Type: Custom Built Shelter inside Base of Water Tower Back-up Power Generac 70 kW Single Phase UPS Liebert Infinity 10 kVA HVAC Type Marvair “Scholar III” Dual HVAC system The Commerce Street site holds a 12 channel remote simulcast site. This was the last site to be implemented when the City converted the system to simulcast operation. The equipment room was custom built inside the base of the water tower. Climate control inside the equipment room is controlled by a Marvair heat pump system. The system is supported by a Generac 70 kW back-up generator manufactured in 2010. The site is tied into both the main and back-up sites via City owned fiber connections and uses the Exalt 6 GHz and 10 GHz microwave systems as a backup means for tying to the main site controllers. Antennas are mounted on the crown of the tower. It was reported that nothing else can be mounted on the top, however microwave dishes could be mounted below the bowl on the base of the tower, subject to tower loading calculations. Table 1.2.2C – Rowlett Road Radio Tower Site Tower Site Owner: Dallas County Latitude: 32-51-02.5 N Longitude: 96-35-30.3 W Structure Height: 470’ Ground Elevation: 153 m ASR Number 1247952 Site Address on ASR: 715 Rowlett Road, Garland, TX 75042 Tower Type: Self Supported Equipment Shelter Type: Oldcastle Pre-fabricated concrete Back-up Power Generac 70 kW Single Phase UPS Liebert Infinity 10 kVA HVAC Type Marvair Lead-Lag Dual HVAC system The Rowlett Road site houses the backup prime site controller and also co-located remote simulcast site. This site is unique in that Dallas County owns the land, its half of the radio equipment shelter, and its own generator and fuel supply. The City of Garland owns its half of the equipment shelter, the radio tower, and its own generator and fuel supply. Equipment located at this site includes prime Site Controller B, receiver voting equipment, interconnect equipment over the City’s fiber network, the

RCC CONSULTANTS, INC. 30

PAGE 52 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

microwave system used to back-up the fiber connections, and twelve transmitters as part of the remote simulcast site. The tower at the site not only accommodates the City’s radio system antennas, but also is used by Dallas County and serves its VHF radio systems. This site also has the Outdoor Warning System (OWS) Repeater Station. The generator at the site was manufactured in 2006 by Generac, and is a 70 kW (Single Phase) system. The site also features a 10 kVA Uninterruptible Power Supply (UPS) that maintains power to the entire system during the transition from commercial power to generator power. Site Antenna Systems Each of the site antenna systems are configured similarly. There are three combiners used at each radio site. Due to the spacing of the frequencies used, there are two (6) channel combiners and a single (2) channel combiner. As can be seen in the photos above, there are four antennas used at each site, three are transmit antennas and then a single receive antenna system. The following diagram illustrates the current radio antenna system configuration at each site:

Figure 1.2.2A – Typical Garland Site Antenna System

RCC CONSULTANTS, INC. 30

PAGE 53 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Current System Frequencies

Channel 1 2 3 4 5 6 7 8 9 10 11 12 8CALL90* 8CALL92*

Table 1.2.2D – System Frequency Information Rowlett Lawler Commerce Transmit Receive Road ERP ERP ERP (MHz) (MHz) (Watts) (Watts) (Watts) 853.5000 808.5000 231.5 186 252 853.4500 808.4500 231.5 186 252 853.2250 808.2250 231.5 186 252 852.8750 807.8750 231.5 186 252 852.8500 807.8500 231.5 186 252 852.8000 807.8000 231.5 186 252 852.7500 807.7500 231.5 186 252 852.7000 807.7000 231.5 186 252 851.8750 806.8750 231.5 186 252 851.8500 806.8500 231.5 186 252 851.7000 806.7000 231.5 186 252 851.2000 806.2000 231.5 186 252 851.0125 806.0125 231.5 N/A N/A 852.0125 807.0125 231.5 N/A N/A

FCC Call Sign WNXE768 WNXE768 WNXE768 WNXE768 WNXE768 WNXE768 WNXE768 WNXE768 WNXE768 WNXE768 WNXE768 WNXE768 WQLK986 WQLK986

As can be seen in the antenna system configuration and when analyzing the actual frequencies used, it shows that the City has had several issues with the current set of frequencies due to close channel spacing. It is each of the participating agency’s desire to replace the current set of frequencies with a clean set of 700 MHz channels in order to avoid these issues in the future. The City of Garland offers the use of 8TAC2 to any public safety user operating in the area in accordance with the North Central Texas Council of Government’s NPSPAC Mutual Aid Usage Plan. In accordance with the plan, the repeater at the Rowlett Road Site is the “Reserve” 8TAC2 repeater channel in the area. The City also has the 8CALL “Calling” channel in place at the Rowlett Road site as well for monitoring purposes. Garland Dispatch Console Systems There are two Central Electronics Banks (CEB’s) directly connected to the trunked radio system. Each of these CEB’s support two geographically separated dispatch centers. The CEB at the Garland Public Safety Dispatch Center supports the 7 local consoles, and then 3 operator positions at the Sachse Dispatch Center. The second CEB is located at Garland Power & Light and supports two local positions used by GP&L and then three positions at the Apollo Water Facility where the back-up dispatch center for Garland is located. The primary Garland Public Safety Dispatch Center is housed in the Police Department Administration Building located 1891 Forest Lane. The center was moved from its old location in downtown Garland in 2003 to the new Police Headquarters after it was constructed. The center provides dispatch services for the Garland Police Department, Fire Department, and provides support for all other Garland local government departments as needed. The Garland PSAP is backed up by the City of Rowlett Dispatch Center. Each of the console positions are assigned as follows:

:

RCC CONSULTANTS, INC. 30

PAGE 54 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 1.2.2E – Radio Dispatch Console Position Functions Console Position Number Console Function Operator Position 1 North Police Dispatch Operator Position 2

South Police Dispatch

Operator Position 3

Fire Dispatch

Operator Position 4

NCIC 1

Operator Position 5

NCIC 2

Operator Position 6

Training Console

Operator Position 7

Supervisor Console

Each of the directly connected dispatch consoles are illustrated in the drawing below. Note that the drawing shows both GPD and Garland P&L Newman CEBs. It also illustrates the back-up and interoperability resources available for dispatch.

Figure 1.2.2B – Dispatch Console Basic Block Diagram

RCC CONSULTANTS, INC. 30

PAGE 55 S

&LW\RI*DUODQG

%LG

THE CITIES OF GARLAND AND MESQUITE

REQUEST FOR PROPOSALS, AUGUST 2014

Dispatch Console Fire Station Alerting Fire station alerting is performed automatically through the use of the Integraph CAD system and an automated dispatch console position located with the CEB in the radio equipment room. This console position is rack mounted and its only purpose is to interface to the Zetron Model 25 Paging Encoder programmed with the separate codes for each fire station. The system does not provide a positive acknowledgement. The CAD system communicates through an Application Process Interface to Motorola console system. The CEB in turns controls the Zetron. The CAD system also sends the call information across the City’s network to the fire station’s “rip and run” printer. The CAD generated tones for the system are not available at the back-up dispatch center. When toning out fire stations from the back-up location, two tone signaling is sent out directly over the trunked radio system with the tones being generated from the console system. As with the primary system, the console has the CAD interface initiate the tones through the Model 25, in this case station alerting is performed manually. The current station alerting system does not meet the National Fire Protection Agency (NFPA) Section 1221 requirements. One of the most common requirements is that the system needs to provide positive acknowledgement that the alert was received. At the fire stations presently, Motorola consolettes are in place with two tone decoders interfaced to the radios and the station sound systems. The following table lists the fire stations and their locations. Station

Table 1.2.2F – Fire Station Information Address Mobiles Portables

Fire Station #1

1019 Austin Street

11

21

Fire Station #2

2501 Wood Street

3

6

Fire Station #3

1301 North Jupiter

3

6

Fire Station #4

4931 Gatewood Road

8

6

Fire Station #5

5626 Lyons Road

2

6

Fire Station #6

2009 Holford Road

3

6

Fire Station #7

2545 Naaman School Road

4

6

Fire Station #8

1426 East Miller Road

4

6

Fire Station #9

4320 O’Banion Road

7

8

Fire Station #10

1556 Provence Road

4

10

Fire Station #11

1940 East Beltline Road

5

7

RCC CONSULTANTS, INC. 30

x x x x x x x x x x x x x x x x x x x x x x x x x x x x

Apparatus Engine 1 Truck 1 Ambulance 1 Battalion Chief 1 EMS 1 Air Truck AIR 1 Squad 1 Engine 2 Ambulance 2 Engine 3 Ambulance 3 Truck 4 Ambulance 4 Truck 5 Ambulance 5 Engine 6 Ambulance 6 Truck 7 Ambulance 7 Engine 8 Rescue 8 Ambulance 8 Engine 9 Ambulance 9 Engine 10 Ambulance 10 Truck 11 Ambulance 11 PAGE 56 S

&LW\RI*DUODQG

%LG

THE CITIES OF GARLAND AND MESQUITE

Table 1.2.2F – Fire Station Information Address Mobiles Portables

Station Fire Administration Fire Training Division

REQUEST FOR PROPOSALS, AUGUST 2014

Apparatus

1500 Highway 66

22

28

N/A

1500 Highway 66

3

29

N/A

Dispatch Console Logging Systems The dispatch console system at GPD provides a logging recorder output interface. In this case the Gold Elite system features (2) Logging Operator Module Interface (LOMI) cards and (6) Logging Operator Recorder Interface (LORI) cards. This allows the console system to provide up to 48 logging recorder outputs. This means that up to 48 talkgroups can be recorded. The current logging recorder system is a Voice Print IP based system. Current Microwave System The microwave system is an Exalt EX-5i-Lite System that provides interconnectivity between the radio sites only. There are three microwave hops included in the system that tie Rowlett Road to Lawler Road, Lawler Road to Commerce Street, and Commerce Street back to Rowlett Road. The only link to the dispatch center is via the City’s fiber network where it is routed to Lawler Road. Failure of this link places the dispatch console in back-up mode where they can only access the system using the back-up control station resources attached to the CEB. The microwave system is setup in a loop protected design. The following table lists the licensed microwave channels used in the system. Table 1.2.2F – Microwave System Frequency Information Origin Transmit Frequency FCC Call Sign Destination Rowlett Road 6.555 GHz WQEX847 Lawler Road Lawler Road 11.445 GHz WQHR460 Commerce Street Commerce Street 10.915 GHz WQLN781 Rowlett Road Lawler Road 6.725 GHz WQHR460 Rowlett Road Commerce Street 10.955 GHz WQLN781 Lawler Road Rowlett Road 11.405 GHz WQEX847 Commerce Street The following block diagram illustrates how the microwave system is configured based on the licensing of the system.

RCC CONSULTANTS, INC. 30

PAGE 57 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Figure 1.2.2C – Microwave System Block Diagram

1.2.3

Garland Radio System Users

Public Safety System Users Table 1.2.3A below provides a breakdown of the user radios by each of the public safety users. It provides quantities of mobile radios, portables, and base / control stations. This data was derived from current system user inventories. Note that these are current user quantities. The actual quantities needed with the new system are detailed later in this document. Table 1.2.3A – Current Garland Public Safety User Radio Quantities Department

Mobiles

Portables

Base / Control Stations 12 15 16 0

Garland Police Department 184 421 Garland Fire Department 80 145 Garland Dispatch Operations 0 7 City Marshal's Office 4 11 Garland Emergency Management 0 3 Office Total by Radios Type 196 587 Total Units Used by Garland Public Safety Agencies - 827

1 44

Local Government System Users Table 1.2.3B below provides a breakdown of the user radios by each of the Local Government users. It provides quantities of mobile radios, portables, and base / control stations. This data was derived

RCC CONSULTANTS, INC. 30

PAGE 58 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

from the user surveys and the user inventory provided by the Radio Communications Division of the IT Department. Table 1.2.3B – Local Government User Radio Quantities Department

Mobiles

Portables

Base / Control Stations 1 11 6 1 0 1

GISD Security 7 13 Garland Power & Light 114 137 Streets and Storm Water 8 55 Animal Control 8 17 Information Technology Department 0 25 Facilities Management 0 28 Radio Comm Department / 7 19 Telecom* Parks and Recreation Department 42 9 Fleet Services Department 10 11 Transportation Department 18 9 Environmental Waste - Service 75 15 Delivery Engineering Department 12 6 Water Department 62 20 Health Department 3 15 Environmental Waste – Disposal / 11 6 Landfill Customer Service Department 12 8 Total by Radios Type 390 421 Total Units Used by Local Government & Other Agencies - 849 1.3

Current System Environment – City of Mesquite

1.3.1

City of Mesquite Introduction

2 2 0 11 0 0 1 1 0 0 37

The City of Mesquite Texas is located in the eastern portion of Dallas County in North Central Texas. In 2010, the population was approaching 140,000 and has had a 12% growth rate since 2000. The City itself covers approximately 44 square miles and is bordered by Dallas, Garland, Sunnyvale, Balch Springs, and Seagoville. Departments involved in this procurement include the City of Mesquite Police Department, who is the largest user of the radio system at approximately 54% of the total users on the system. Also involved is the Mesquite Fire Department who operates 179 units on the system which equates to approximately 19% of the user base. Another major user of the current radio system is the Mesquite Independent School District. MISD is currently the largest employer in the City and accounts for approximately 20% of the radio user base as it relates to a quantity of radios on the system; however they have a very small number of units actually active on the system. “Other” units (47 units) include those used by the Airport, Forney Fire Department, and different wrecker services, this number also includes radios used for system management equipment and the Outdoor Warning System (OWS or Siren System). .

RCC CONSULTANTS, INC. 30

PAGE 59 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

1.3.2

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

City of Mesquite Trunked Radio System

The City of Mesquite Texas operates an 800 MHz trunked mixed mode (analog and digital) radio system that serves each of the public safety agencies for the City of Mesquite, the Mesquite Independent School District (MISD), and a few other users. The system is a 5-Channel Motorola SmartNET™ Trunked Radio System that features a main and standby site with automatic switching capabilities. It is interconnected to the City’s Public Safety Dispatch Center over a City-owned private microwave network. An upgrade was performed on the system in 2003 that included the replacement of analog MSF5000 base stations with digital capable Motorola Quantar repeaters and new MTC3600 controllers were placed at each site replacing the older 6809 microprocessor based site control. The microwave system was also replaced at that time, maintaining the City’s ability for direct console connections to the system, automatic site switching, and remote diagnostics from each of the sites. Mesquite Tower Site Information The primary trunked radio site is located at 2500 Memorial Parkway. This is referred to as the “West Mesquite Site” because it is located near the West Mesquite High School. This is a shared site and the system is housed in its own room of a radio equipment shelter that houses other systems that serve different cellular and paging companies and the MISD Radio Station (KEOM 88.5 FM). The Mesquite trunked radio system utilizes its own transmit and receive antenna systems which consists of a single transmit combiner and the City’s own Receiver multicoupler system. The NPSPAC mutual aid channels also utilize the common transmit and receive systems which feature a broadband antenna and receive window filter.

Tower Site Owner: Latitude: Longitude: Structure Height: Ground Elevation: ASR Number Site Address on ASR: Tower Type: Equipment Shelter Type: Back-up Power HVAC Type

Table 1.3.2A – West Mesquite Tower Site MISD & the City of Mesquite 32-45-46.0 N 96-38-05.0 W 509’ 526’ 1054543 2411 Memorial Drive, Mesquite, TX 75149 Free Standing Structure Cinder block building with multiple equipment rooms with independent entries Cummins Generator with Onan Transfer Switch enclosed in equipment shelter, Eaton Powerware™ UPS Internal over head air-conditioning system

The back-up site, located 1101 E. Main is a City owned site that is configured identically to the main site. This site is located at the City’s Service Center and is referred to as the “Service Center Site.” The shelter and the tower are each owned by the City and accommodate the City owned equipment. This site is also used to by different cellular carriers who have their own equipment shelters, enclosures, and antenna systems on the tower.

RCC CONSULTANTS, INC. 30

PAGE 60 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 1.3.2B – Mesquite Service Center Tower Site Tower Site Owner: City of Mesquite Latitude: 32-46-07.0 N Longitude: 96-35-10.9 W Structure Height: 270’ Ground Elevation: 508’ ASR Number 1062670 Site Address on ASR: 1101 E. Main Street, Mesquite, TX 75149 Tower Type: Free Standing Structure Equipment Shelter Type: Pre-Formed Concrete Building Cummins Generator, Onan Transfer Back-up Power Powerware™ UPS HVAC Type Wall-mounted single unit

Switch,

Eaton

When the City constructed the City Hall and Police Department Building, it constructed a new monopole tower and radio equipment room. The equipment room houses back-up and interoperability control stations and the microwave radio equipment linking dispatch to both of the tower sites listed above. Table 1.3.2C – Mesquite Dispatch Center Tower Site Tower Site Owner: City of Mesquite Latitude: 32-46-28.7 N Longitude: 96-36-01.8 W Structure Height: 85’ Ground Elevation: 485’ ASR Number N/A Site Address 757 N. Galloway, Mesquite, TX 75149 Tower Type: Monopole Equipment Shelter Type: Attached to main building Back-up Power Main building back-up power HVAC Type Main building HVAC System Frequencies As previously stated the City operates two identical radio sites and utilize the exact same frequencies for each channel. The following table shows the frequencies utilized for the radio system. Table 1.3.2D – City of Mesquite System Frequencies Transmit Receive Licensed ERP Channel Name Frequency Frequency Site 1 / Site 2 (MHz) (MHz) Channel 1 859.0125* 814.0125* 380W / 550W Channel 2 859.3375 814.3375 380W / 550W Channel 3 858.3375 813.3375 380W / 550W Channel 4 857.3375 812.3375 380W / 550W Channel 5 856.3375 811.3375 380W / 550W NPSPAC 8CALL 851.0125* 806.0125* 380W / 380W NPSPAC 8TAC4 853.0125* 808.0125* 380W / 380W

RCC CONSULTANTS, INC. 30

Call Sign WNKE234 WNKE234 WNKE234 WNKE234 WNKE234 WNUX420 WNUX420

PAGE 61 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

*Denotes frequencies changed during 800 MHz Rebanding Note that the NPSPAC Mutual Aid Channels are duplicated at each site as well. The City of Mesquite offers the use of 8TAC4 to any public safety user operating in the area in accordance with the North Central Texas Council of Government’s NPSPAC Mutual Aid Usage Plan. In accordance with the plan, the repeater at the West Mesquite Site is the “primary” 8TAC4 repeater channel in the area and the repeater at the Service Center Site is the “back-up” 8TAC4 repeater. The City also has the 8CALL “Calling” channels in place at both sites. In accordance with the plan, the West Mesquite Site acts as a reserve 8CALL repeater backing up the primary repeater located in Dallas. The Service Center Site 8CALL repeater serves as a back-up to the reserve in accordance with the plan. Public Safety Dispatch Console System The dispatch console system is an eight position Motorola Gold Elite Dispatch Console system that is directly linked to the trunked radio system. The dispatch console operator positions are assigned as follows: Table 1.3.2E – Dispatch Console Position Functions Console Position Number Console Function Operator Position 1 PD Dispatch 1 Operator Position 2 PD Dispatch 2 Operator Position 3 NCIC Operator Position 4 NCIC – Backup Operator Position 5 Fire Dispatch 1 Operator Position 6 Fire Dispatch 2 Operator Position 7 Training Position Operator Position 8 Supervisor Position Back-Up Dispatch Center The City also has a standalone back-up dispatch center located at Fire Station 7 at 1850 Clay Mathis Road on the eastern side of the City. This is a 5-position Motorola Gold Elite™ Dispatch Console system that is completely separate from the primary system. It access the trunked radio system using seven (7) control stations with antenna systems located in the attic of the fire station. The backup center is equipped with the standalone console system and also serves as a backup Public Safety Answering Point (PSAP). When the center is activated, all of the City’s incoming 911 calls can be transferred into this alternate PSAP. The center has its own Voice Print™ audio logging recorder and back-up power systems. Logging Recorder Systems Voice Print™ Logging Systems are used at both the primary dispatch center and the back-up dispatch center at Fire Station 7. These systems are used to log both telephone and radio traffic. The radio dispatch console system at the primary site is outfitted with a logging recorder interface that allows different audio from trunked talkgroups and conventional channels fed to the system. The backup console system operates in a conventional manner with “fixed” audio resources fed to the recorder. Unlike the primary dispatch console system that is connected directly to the trunked radio system, the back-up system utilizes fixed control stations.

RCC CONSULTANTS, INC. 30

PAGE 62 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Fire Station Alerting (FSA) System Fire station alerting consists of signal decoding devices interconnected to radio equipment at each fire station operating on the trunked radio system. Two-Tone Sequential Signaling is used that is generated by the dispatch console system. Each station has a unique tone code and an “all-call” tone sequence can also be sent to alert all stations at once. Radio equipment at the stations decode the tones, which then trigger relay circuits and route dispatch audio over the station’s speaker system. Each station has an analog ring-down circuit to backup radio system paging. There is a ring down printer at each station that prints out the computer-aided dispatch (CAD) information from dispatch regarding the dispatch call that the station received. At the fire stations presently, Motorola consolettes are in place with two tone decoders interfaced to the radios and the station sound systems. The following table lists the fire stations and their locations.

Fire Station #1 Fire Station #2 Fire Station #3 Fire Station #4 Fire Station #5 Fire Station #6 Fire Station #7

Table 1.3.2F – City of Mesquite Fire Stations Fire Station Address 410 South Galloway 4609 Sarazen 3838 Forney Avenue 816 Rodeo Center Blvd. 2141 North Galloway 1010 Barnes Bridge Road 1850 Clay Mathis Drive

Outdoor Warning System (OWS) The OWS is manufactured by Federal Signal. It utilizes the Federal SS2000D™ Siren Site Controller that uses Frequency Shift Keying (FSK) signaling to communicate with each of the siren sites. A graphical user interface (GUI) that shows the operators the current status of each of the remote sites is located at the dispatch center where the system would be activated. The controller interfaces to the radio system over a control station radio configured as an RF modem to communicate through the trunked radio system to each of the sites. There are 25 siren sites in the system and each of these are outfitted with Motorola MCS2000™ mobile units. As part of this procurement, this system shall be modified to operate in the VHF frequency band. This shall include the following: x

Provision and installation of a new main and standby repeater at the Service Center Tower site.

x

Provision and installation of (3) new controls stations at each of the controller sites

x

Provision and installation of new VHF radios at each of the 25 siren sites

x

Complete system operation.

Bi-Directional Amplifier Systems The City has implemented several bi-directional amplifier (BDA) systems to enhance portable coverage in the following facilities: x

Mesquite North High School

x

Mesquite Poteet High School

x

Mesquite Horne High School

RCC CONSULTANTS, INC. 30

PAGE 63 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

x

Town East Mall

x

Christian Care Center (Two BDA Systems, Greenway Village, and Bentley Assisted Living Complex)

Current Microwave System Each of the radio sites are interfaced to the dispatch console system using a Harris Constellation™ 11 GHz Microwave system. This system was installed in 2008 when the new dispatch center was placed into service. The Dispatch Center is the main hub of the system with links leading to both of the City’s tower sites. All radio audio traffic, console control links, and remote control of the NPSPAC mutual aid stations takes place over these links. Alarms from each of the sites are also routed to the dispatch console system using this medium. The following table illustrates how the system is configured including the transmit and receive operating frequencies and the associated FCC Call Signs: Table 1.3.2G – 11 GHz Microwave System Frequency Information Origin Transmit Frequency FCC Call Sign Destination Dispatch Center Tower West Mesquite 10.563125 GHz WNTF594 Site Tower Site Dispatch Center Tower Service Center 10.573125 GHz WNTF594 Site Tower Site West Mesquite Tower Dispatch Center 10.628125 GHz WNTM288 Site Tower Site Service Center Tower Dispatch Center 10.638125 GHz WPSM480 Site Tower Site 1.3.3

City of Mesquite Radio System Users

Public Safety Radio System Users Table 1.3.3A below provides a breakdown of the user radios by each of the public safety users on the Mesquite system. Note that these are current user quantities. The actual quantities needed with the new system are detailed later in this document. Table 1.3.3A – Public Safety System User Radio Quantities Department Quantity Mesquite Police Department 510 Mesquite Fire Department 165 Mesquite ISD 195 Other PS Users 47 Total Field Units 917 Local Government Radio System Users Table 1.3.3B below provides a breakdown of the user radios listed by the local government departments. These departments currently do not utilize the 800 MHz system on a regular basis but intend to, once the new system is implemented. Note that these are current quantities of radios used on other conventional systems in place in Mesquite. Actual quantities of radios needed on the new system will be detailed later in this document.

RCC CONSULTANTS, INC. 30

PAGE 64 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 1.3.3B – Local Government System User Radio Quantities Department Radio Quantity Network Support 1 Street Lighting 2 Solid Waste Division 41 Street Storm Sewer 1 Water Production 5 Waste Water 14 Animal Services 7 Storm Water (NOPES) 2 Sanitation Compost Site 2 Equipment Services 9 Meter Services 11 Water Sewer Reconstruction 7 Traffic Engineering 12 Engineering 4 Street Maintenance 45 Water & Sewer Administration 2 Water Distribution Services 13 Park Services 32 Code Enforcement 30 Building Maintenance 12 Total Users - 252 1.4

Current System Environment – City of Rowlett

1.4.1

City of Rowlett Introduction

The City of Rowlett, situated just east of the City of Garland has a population of over 56,000 and has a land area of approximately 27 square miles. The City of Rowlett utilizes the Garland trunked radio system to support all of its public safety radio communications. Current infrastructure used by the City includes the dispatch center that accesses the system via trunked control stations. The City also operates a VHF repeater system used for fire station alerting. 1.4.2

City of Rowlett System Equipment

Dispatch Console System The dispatch center located at 4401 Rowlett Road, has a standalone (non-wireline) 3-position dispatch console system that operates over the system utilizing RF control stations. The dispatch console system is a Motorola Gold Elite CRT based system. There are three control stations on the dispatch console dedicated to the Police Department referred to as PD Radio 1, Radio 2, and Radio 3. They also have three stations dedicated to the Fire Department. The FD radios are referred to FD Radio 1, 2, and 3 also. Each of these stations are multi-channel units that are capable of having the talkgroup changed remotely by the dispatch operator. The City also operates an Emergency Operations Center located at 3900 Miller Road that is outfitted with two desk top control stations. The Mobile Command Post, which is stored at the EOC, also has two desk top control stations.

RCC CONSULTANTS, INC. 30

PAGE 65 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Logging Recorder Systems Rowlett currently has a Higher Ground Audio Logging system at the dispatch center. This would need to be accommodated either by upgrade to be interfaced to the radio system or replaced. Fire Station Alerting (FSA) System Stations are alerted by the Rowlett dispatch center located at RPD Headquarters. Two-tone signaling is used to activate decoders in the stations similar to the method used by GFD. The signal is simulcast over a VHF system and the trunked radio system. The VHF system consists of a single base station at the dispatch center operating in the simplex mode broadcasting from a rooftop antenna system located at the dispatch center. The following table lists the fire stations and their locations.

Fire Station #1 Fire Station #2 Fire Station #3 Fire Station #4 1.4.3

Table 1.4.2A – City of Rowlett Fire Stations Fire Station Address 3900 Miller Road 5100 Dalrock Road 8000 Princeton Road 4931 Gatewood Road

City of Rowlett Radio System Users

Public Safety Radio System Users Table 1.4.3A below provides a breakdown of the user radios by each of the public safety users. It provides quantities of mobile radios, portables, and base / control stations. This data was derived from current system user inventories. Note that these are current user quantities. The actual quantities needed with the new system are detailed later in this document. Table 1.4.3A – Rowlett Public Safety User Radio Quantities Base / Control Stations Rowlett Police Department 53 104 19 Rowlett Fire Department 15 37 4 Total by Radios Type 68 141 23 Total Units Used by Rowlett Public Safety Departments - 232 Department

Mobiles

Portables

1.5

Current System Environment – City of Sachse

1.5.1

City of Sachse Introduction

The City of Sachse is situated just northeast of the City of Garland and about 20 miles northeast of downtown Dallas. The City has a population of over 20,000 and has a land area of approximately 10 square miles. The City of Sachse utilizes the Garland trunked radio system to support all of its public safety radio communications. The City provides its own dispatch services and is directly connected to the Garland radio system.

RCC CONSULTANTS, INC. 30

PAGE 66 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

1.5.2

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

City of Sachse System Equipment

Dispatch Console System The dispatch center located at 3815D Sachse Road, has a 3-position dispatch console system that operates over a leased T1 circuit and ties directly into the Garland system. The dispatch console system is a Motorola Gold Elite CRT based system. Sachse’s three operator positions each operate through a remote console interface that is multiplexed and interfaced across the T1 to the primary CEB located at Garland Dispatch. By using this link, Sachse dispatch has access directly to the system, can operate emergency button activation and utilize the radio caller ID functionality. It also allows dispatch the ability to access console resources and control stations operating off of the CEB in Garland. Logging Recorder Systems Sachse currently has a Higher Ground Audio Logging system at the dispatch center. This would need to be accommodated either by upgrade to be interfaced to the radio system or replaced. Fire Station Alerting (FSA) System Stations are alerted by the Sachse dispatch center. The dispatch consoles are used to generate twotone signaling over the air to radio receivers in each of the stations. Two-tone decoders are attached to the station receivers and when the signal is decoded, it activates relays that trigger the alert. The alert relays audio from dispatch over the trunked system to the station speaker system and turns on the lights in each of the station bedrooms. This is much like the system utilized by the Rowlett Fire Department. The two-tone signal is simulcast over a VHF system and the trunked radio system. The VHF system consists of a single base station at the dispatch center operating in the simplex mode broadcasting from a rooftop antenna system located at the dispatch center. Each station has the VHF receiving radio, an 800 MHz radio operating on the Garland system with Sachse talkgroups, and also an 800 MHz radio monitoring the PAWM system to accommodate station alerting from Wylie and Murphy.

Fire Station #1 Fire Station #2 1.5.3

Table 1.5.1A – City of Sachse Fire Stations Fire Station Address 5805 Bryan Street 3012 Ranch Road

City of Sachse Radio System Users

Public Safety Radio System Users Table 1.5.3A below provides a breakdown of the user radios by each of the public safety users. It provides quantities of mobile radios, portables, and base / control stations. This data was derived from current system user inventories. Note that these are current user quantities. The actual quantities needed with the new system are detailed later in this document.

RCC CONSULTANTS, INC. 30

PAGE 67 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 1.5.3A – Sachse Public Safety User Radio Quantities Base / Control Stations Sachse Police Department 20 33 2 Sachse Fire Department 24 33 4 Total by Radios Type 84 66 6 Total Units Used by Sachse Public Safety Agencies - 156 Department

Mobiles

Portables

1.6

Current System Issues

1.6.1

Summary of Common Issues with Current Systems

Users of the current systems used to support each of these agencies have participated in an assessment of each of these systems. As part of this assessment, common issues have been listed by all of the participating agencies. Though there are actually two different systems being replaced, commonalities in system deficiencies have been catalogued. The following matrix illustrates these common problems currently experienced with these existing systems the different public safety users of these systems.

Radio System Coverage

Radio System Congestion

Outdated Radio Equipment

Radio System Interference

Interoperability Issues

Frequent Equipment Failure

Table 1.6.1A – Public Safety Common Issues Summary

Garland Police

Major

Major

Major

Minor

Moderat e

Minor

Garland Fire

Major

Major

Major

Minor

Major

Moderat e

Mesquite Police

Major

Major

Major

Moderat e

Mesquite Fire

Major

Major

Major

Major

Moderat e Moderat e

Rowlett Police

Major

Major

Major

Minor

Major

Minor

Rowlett Fire

Major

Major

Major

Minor

Major

Minor

Sachse Police

Major

Major

Major

Minor

Major

Sachse Fire

Major

Major

Major

Minor

Major

Agency

RCC CONSULTANTS, INC. 30

Miner Minor

Moderat e Moderat e

PAGE 68 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

1.6.2

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Summary of Current Issues

Radio System Coverage During the system assessments, lack of coverage was by far one of the most prevalent issues with both of the systems assessed. Most complaints came from the use of portable radios both on the street and even more so inside buildings. Much improved in-building coverage is a requirement of the new system. Radio System Congestion & Interference With the Garland system, this issue has been exacerbated by interference outside of the system and within the system itself. In the current analog system, there are 11 talk paths available that support over 2,000 radio units. When channels are taken out of service, the number of talk paths that are available decreases, making the possibility of a user experiencing a “system busy” signal more likely. Many of the departments stated that this was a serious issue and stated that this is a problem especially when there are multiple incidents occurring simultaneously. In Mesquite, the same issue is encountered quite frequently, and this system has only four talk paths. When one channel is taken out of service, there are three talk paths left to support almost 900 radio users. Outdated Radio Equipment This was another common issue. Radios operating on both systems are reaching the average age for replacement for both mobile and portable radios. Many radios were replaced during rebanding, but most of these are approaching 7 years of age. Interoperability Public safety departments all listed the need for improved interoperability within their own city and with external agencies and departments. This could be resolved with shared talkgroup programming if like-technologies were used. In many cases however, different technologies and frequency bands are used by these outside entities, and multiple radios must be used to achieve interoperability. The most common requirement for interoperability is between the 700 / 800 MHz frequency band and the VHF frequency band. To achieve a high level of interoperability such as that required by the different volunteer fire departments, dual band radios may need to be deployed. Frequent Equipment Failure This was not listed a major concern by any agency, however it was mentioned as a moderate problem. Issues are primarily experienced with the older radio equipment.

RCC CONSULTANTS, INC. 30

PAGE 69 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Section

2

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

P25 Trunked Radio System Section 2—P25 Trunked Radio System

2.1

General System Overview

2.1.1

General Information

The requirements for the Project 25 700 MHz phase 2 trunked simulcast radio system and associated sub-systems are detailed in this section. The participating agencies require that any Proposal contain a fully “turn-key” infrastructure that contains all equipment and services as noted in this RFP and includes P25 trunked infrastructure and related sub-systems and equipment. Services includes all related engineering, program management, sales, and implementation services required related to the design, delivery, implementation, and testing of a 700 MHz P25 trunked simulcast radio system. There are preferred radio communications sites listed in this RFP. Proposers shall note that some of the facilities at these sites, such as equipment shelters, equipment cabinets, and radio towers to be used for the trunked system are currently in place, or will be in place by the time the trunked system is implemented. Proposers shall decide if these facilities can be used in their system design with no detriment to the system performance, and under the same maintenance and warranty policy as would be provided if the facilities were being replaced. Facilities that may be considered include the following: 1. City of Garland’s Commerce Water Tower: This site features a climate controlled radio equipment room in the base of the tower. It has a newly installed backup generator as described in Section 1 of this RFP with a new UPS system. 2. City of Garland’s Rowlett Road Tower Site: This site has an existing equipment shelter and radio tower that are 8 years old. 3. City of Mesquite’s Service Center Tower Site: This site has an existing radio tower but the equipment shelter and generator will need to be replaced. 2.1.2

Basic Design Concepts

The following paragraphs provide high level requirements for the trunked radio system. More specific information is included in the following sections of the RFP. Basic System Requirements: The participating agencies wish to implement a new P25 trunked simulcast radio system that includes the following characteristics: 1. A single simulcast cell that provides radio system coverage throughout the 20 dB contour as shown in Section 3 of this document 2. Each of the sites within the cell shall have the same RF channels. It is expected that the system shall provide up to 30 P25 Phase II talk paths

RCC CONSULTANTS, INC. 30

PAGE 70 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

3. System redundancy in the form of geographically separated simulcast control points with the option of a redundant “master switch” 4. A new ring protected microwave system operating in the 6 GHz frequency band 5. There are seven (9) dispatch centers all of which shall be directly connected to the trunked radio system in some manner 6. A new fire station alerting system shall be included that is NFPA 1221 compliant and interfaces to the different CAD systems used by the participating agencies 7. New user radios, this includes handheld, mobile, and control station radios. Exact quantities are provided later in this document 8. System capacity and modular expandability requirements 9. Ability to easily accommodate future technology upgrades at minimum cost with the least disruption to system operation 10. Ability to provide a wide range of system features, functions, and capabilities that recognize the needs of the radio system users of the participating agencies with communications interoperability as one of the prime requirements 11. Robust system reliability using single point of failure avoidance and geographic diversity concepts to help maintain system operation during a wide range of adverse conditions which may include but not be limited to weather related occurrences, industrial incidents, terrorist events, and other similar situations 12. Long term support of radio system infrastructure and radio field units 13. Short and long-term cost effectiveness, including the initial implementation, on-going serviceability, and maintainability of the system and associated radio field units 14. Compliance with regulatory rules and actions 15. Long term useful lifetime 2.1.3

Standards Based System & Interoperability

The participating agencies expect to have a standards-based system capable of interoperable communications with all of the 700/800 MHz standards-based radio systems in the region. A very high level of interoperability with neighboring analog systems (both trunked and conventional) that have not yet migrated to P25 is another essential requirement. Proposers shall describe how they will accomplish this interoperability. Each of these participating agencies have common interoperability requirements but also have the need to communicate with specific external agencies. Specific interoperability requirements are listed in Section 6 of this document. 2.1.4

Proposer Qualification

The participating agencies are seeking full-system proposals from qualified firms having system development experience, in the public safety sector, that meets or exceeds the system defined in this RFP.

RCC CONSULTANTS, INC. 30

PAGE 71 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

2.1.5

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

System Being Proposed:

The new P25 trunked radio system will replace the current analog radio systems, as described in Section 1 of this RFP. The new system shall be based on the Project 25 standards, and be capable of full featured operation in both the 700 and 800 MHz frequency bands. Project 25 Phase 2 operation will be the technology used; however the system infrastructure must be fully capable of using both Project 25 Phase 1 and Phase 2 technology as Phase 1 radios roam into the system. Garland and Mesquite understand that the P25 Standards process has evolved over the past decade and that currently good competition now exists within the user radio market sector. The cities also understand that much of the equipment and software for P25 trunked simulcast radio infrastructures is still vendor proprietary and that various vendors have added vendor specific functionality above and beyond what has been incorporated into the P25 Standards. Accordingly, for the initial system procurement, the cities prefer that the radio infrastructure and the user radios (mobile radios, handheld radios, and control stations be manufactured by the same company. This will allow for proper performance verification of all proposed system capabilities and functionality and will reduce the chance for problems and vendor finger pointing during the detailed system acceptance testing process. 2.1.6

New System Cutover

With almost 3,000 radios in operation today, the new system must be developed, installed, and tested in a manner that provides for continued, uninterrupted full-featured communications via the current systems during system cutover. The new system must be installed while the current system is still in place and operating. A carefully thought out and detailed design and system cutover plan must be developed to ensure the continuous operation of both the new and current system throughout system cutover. A thorough training period will follow the installation period, where the dispatchers, technical support staff and radio users are to become familiar with the new system’s operations prior to system cutover. Proposers must factor this aspect into their proposals. 2.1.7

System Life

The new system is intended to support the agencies for at least the next fifteen (15) years, following system acceptance, without a major upgrade. The system must provide radio coverage as outlined in Section 3 of this RFP. 2.1.8

RFP Requirements

Proposers are responsible for developing and proposing a system that meets the requirements as stated in this RFP. The use of trunked radio sites and other communication sites is defined in this RFP; Section 4 – Communication Sites, provides information about existing sites and facilities and site requirements. Any system provided shall provide the stated radio coverage reliability for the full extent of the combined service area of these participating agencies as stated in Section 3. Certain sites are listed as “preferred” and should be considered first. 2.1.9

Future System Expansion

Understanding that the initial system will be configured with 30 talk paths, it is still necessary for the Proposer’s to explain what would be required if the system needs to be expanded in the future and how this would be accommodated. System configuration, functionality and flexibility must be sufficient to support the expected growth and changing needs for at least a fifteen (15) year period. Proposers shall state the following specifications of their system solution:

RCC CONSULTANTS, INC. 30

PAGE 72 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

1. Maximum number of simulcast sites per simulcast sub system 2. Maximum number of total sites for the proposed master controller 3. Maximum number of talk paths per site 4. Maximum number of talkgroups for the proposed master controller 5. Maximum number of radio unit ID’s for the proposed master controller 6. Maximum number of dispatch sites for the proposed master controller 7. Maximum number of dispatch positions for the proposed master controller The proposed design approach shall have the ability to accommodate additional users who may enter the system at a later time. The system must be modularly expandable to easily accommodate growth and expansion. It shall also include the Project 25 Inter Sub System Interface (ISSI). Proposers shall detail the functionality of their ISSI and the ISSI capacity of the system proposed. Proposers shall also provide a description of what is required to implement additional ISSI ports and the associated costs. 2.1.10

System Outage Avoidance

In order to avoid a system outage due to a complete failure of critical elements, the trunked radio system shall be configured with redundant equipment in key areas that impact the delivery of widearea system operation and trunked radio operation between personnel in the field, and between field personnel and their dispatch or office personnel. A single point of failure shall not inhibit or interrupt wide-area trunked operation. Specific redundancy requirements are addressed elsewhere in this RFP. 2.1.11

Project 25 Standards Suite

The new 700 MHz radio infrastructure shall be based on the Project 25 suite of standards to help foster competition in the initial and long-term equipment procurement process and to enhance radio interoperability within and around the service area. The agencies recognize that the Project 25 standards development process is on-going and will continue to unfold in the future. The Contractor shall supply a system that can accommodate this process. 2.1.12

P25 System Architecture

Proposers are urged to use the “preferred sites,” but this is not a requirement, and they may select alternate sites in their design to meet the coverage requirements listed in Section 3. Section 7 (Equipment Specifications) details the requirements and Section 14 provides the worksheets for the system pricing. Proposers are to supply the equipment, systems and services as noted in this RFP that will support the implementation and full operation of the system. The proposed system shall include: 1. A primary Master Switch that operates the single simulcast cell 2. Redundant Prime Simulcast Controllers that are geographically separated. Preferably one in Garland and one in Mesquite

RCC CONSULTANTS, INC. 30

PAGE 73 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

3. The radio and ancillary equipment and related implementation services for each of the dispatch centers as detailed in Section 6 4. All two-way radio field units (subscriber units), including RF control stations and base stations used for dispatch, interoperability, or for system backup access to the trunked simulcast system 5. All other components, such as standby generator and UPS systems, equipment shelters and/or equipment cabinets, radio towers, and other ancillary items as described in this RFP 2.1.13

Definitions

For the purpose of the RFP, the following definitions are offered based on the premise that the trunked simulcast two-way radio system architecture being proposed contains these items. The Proposers shall clearly explain the system architecture being provided and include this information in the Narrative portion of the Proposal. 1. Master Site: Generally noted by the various vendors as the “IP Core,” “Network Switching Center” (NSC), Master Network Site (MNS), or “Master Switch.” The Master Site generally contains the network controller(s), database servers, firewall computers, network system management servers, associated routers, WAN/LAN Ethernet switches, and other related hardware components. 2. Prime Simulcast Site: The site that operates as the collection and distribution site for all two-way radio communications for the trunked simulcast system and generally contains the voting comparators and simulcast distribution equipment for the other remote trunked simulcast radio sites. The RFP notes the preferred location of the Prime Simulcast Site in the event that the Proposer places this equipment at a defined location. Trunked two-way radio equipment, such as the trunked repeater stations, may be also be placed at the Prime Simulcast Site such as would be referred to as a ”co-located remote simulcast site”. 3. Standalone or Remote Trunked Simulcast Site: The additional trunked radio sites that contain the trunked repeaters stations, associated hardware, and subsystems. 4. Dispatch Console System: The locations that contain all equipment related to two-way radio dispatch including, but not limited to, the radio operator equipment, audio logging equipment, backup RF control stations, and so on. The specific equipment to be provided is specified in the following sections of the RFP. 2.1.14

700 MHz Radio Channels

The City of Garland holds a license for twelve (12) 800 MHz channels under authorization WNXE768. Mesquite holds a license also in the 800 MHz frequency band for five (5) channels under authorization WNKE234. All licensing will be performed by the participating agencies. It is the goal of the project to replace these existing channels with all 700 MHz frequencies operating at all of the simulcast sites. These agencies will be applying for 700 MHz channels for use in the new system, with the candidate frequencies listed below. For the purpose of your Proposal, assume that the Cities will be able to license all the frequencies necessary to accomplish this conceptual design. For transmitter combiners, the Proposer shall provide a low loss combining system. The combiner design is the responsibility of the Proposer. Any transmitter combining system shall be capable of supporting P25 Phase 1 and 2 operation without any modification. The number of transmitters and their frequencies associated with each combining system at each site shall be clearly stated and

RCC CONSULTANTS, INC. 30

PAGE 74 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

shown in block diagrams of the design included in the Proposal. There are 800 MHz NPSPAC mutual aid repeaters currently in service in Garland and Mesquite as described in Section 1. The radio equipment will need to be replaced and separate antenna systems will need to be provided. The Proposer is also responsible for the design of the receiver multicouplers and tower mounted preamplifier systems for each of the trunked radio sites. Any such design shall be fully expandable, with the expansion capability fully explained in the proposal. The receive antenna system shall be fully capable of supporting Phase 1 and 2 operation. The number of receive antennas associated with each receiver antenna system at each site shall be clearly stated and shown in block diagrams of the design included in the Proposal. The Proposer shall understand all FCC rules and regulations pertaining to the frequencies available for use by the participating agencies, including any Regional Planning Committee (RPC) requirements, as noted in the Region 40 Plans for both the 800 MHz and 700 MHz band. Any such requirements shall be factored into the radio coverage design of the system. All channels shall be placed at each of the trunked simulcast sites. 1. Proposers shall describe the type of infrastructure proposed initially and the system’s ability to meet the Project 25 Standards, including, but not limited to the 12 kbps open-air interface and ISSI standards to facilitate system interoperability. 2. All system components, both fixed and mobile, must be capable of P25 Phase 1 and 2 operation. The system will operate in the Phase 2 mode for all participating agency radios. Vendors shall describe what will take place if a Phase 1 radio from another authorized agency “roams” onto the system. Specifically, how the system will authenticate the radio and automatically shift the communications mode of the talkgroup to that of the roaming radio. The mode of the system reverting back to Phase 2 operations must also be described. 3. Similarly, if one of these participating agency radios “roam” onto another agency’s Phase 1– only system to which it is authorized, it must be capable of automatic Phase 1 operation, and revert back to Phase 2 operation when the radios returns to the home system. These participating agencies require a new system capable of supporting the current and forecasted traffic loading generated by its user agencies. The Cities believe that 16 channels in the 700 MHz band will provide sufficient capacity for at least the next fifteen years. If the Proposer has any comments in this regard, these should be stated. 2.1.15

User Radio Equipment

1. Garland and Mesquite understand that the P25 Standards process has evolved over the past decade and that currently good competition now exists within the user radio market sector. The cities also understand that much of the equipment and software for P25 trunked simulcast radio infrastructures is still vendor proprietary and that various vendors have added vendor specific functionality above and beyond what has been incorporated into the P25 Standards. Accordingly, for the initial system procurement, the cities prefer that the radio infrastructure and the user radios (mobile radios, handheld radios, and control stations) be manufactured by the same company. This will allow for proper performance verification of all proposed system capabilities and functionality and will reduce the chance for problems and vendor finger pointing during the detailed system acceptance testing process. 2. In the future, the Cities may be interested in having multiple sources of user radio equipment in subsequent procurements. Therefore, the Proposer shall identify any other radio equipment

RCC CONSULTANTS, INC. 30

PAGE 75 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

manufacturers that offer user radio equipment that is known to be fully compatible with the Project 25 (including Phase 2 operation) features and capabilities of the proposed system infrastructure, including any limitations. All such radio units shall have been certified via the Project 25 Compliance Acceptance Program, or CAP, to the extent the standard has been completed. 2.1.16

System Connectivity

Radio site and system connectivity will be provided by a digital microwave system that will be included in this procurement. All of the trunked radio sites and designated communications dispatch centers, as well as any Master Network site equipment, shall be linked via the new microwave system. Specifications for the microwave network are listed in Section 5 of this RFP. 2.1.17

Dispatch Console Systems

1. Currently each of these agencies operate independent Public Safety Answering Points (PSAPs), and are equipped with Motorola CentraCom Gold Elite dispatch consoles as noted in the Current Environment portion of the RFP. All of these console systems shall be replaced by new P25 compatible VoIP based console systems. Section 6 of this RFP addresses the specifics of the new console systems. 2. The Proposers shall propose a communication console system configuration that is totally compatible with the P25 trunked radio infrastructure and allows interconnection of radio communications consoles via the P25 standards based Communication Console Sub System Interface or CSSI. The proposed console system must be configured with a sufficient level of redundancy so that a failure of one of the console system’s primary electronics/network equipment does not disable more than 30% of the operator positions. 2.1.18

System Transition

The new system shall be implemented in such a manner that existing trunked two-way radio communications shall not be disrupted to any significant extent. The current system must support communications until the cutover to the new system is completed. Proposers shall supply a complete preliminary “Cutover Outline” that lists the major steps that will be taken to ensure that Public Safety trunked two-way communications will be maintained during the commissioning of the new system and the decommission of the current system.

2.2

P25 Trunked Simulcast Operation

2.2.1

Trunked Simulcast Operation:

1. The Proposer shall submit proposals that completely describe their wide area coverage trunked simulcast system architecture and the coverage that it will provide within the requested coverage area defined in Section 3 of this RFP 2. Wide-area coverage is defined as operation over an area that cannot be covered by a single repeater site. Any simulcast design shall be digitally synchronized and shall have the capability to connect audio and data between the control site and satellite or remote repeater sites via microwave radio as its primary form of interconnectivity. Use of City owned fiber shall also be considered as another level of redundancy. The new digital microwave system (included in this

RCC CONSULTANTS, INC. 30

PAGE 76 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

procurement) and City owned fiber will be used to link the trunked repeater sites and designated dispatch centers. 3. The trunked system shall be capable of automatically optimizing all circuits utilized in the system to maintain high simulcast audio quality in the talk-out direction. The automatic adjustment shall compensate for any change in microwave paths. The system shall be capable of maintaining the necessary parameters in order to ensure that the system’s delivered audio quality meets the coverage and audio requirements outlined in Section 3 – “Radio Coverage Requirements.” 4. A written response to these items shall be included in the Proposer's narrative response to this RFP: a. Renetting Interval - The recommended interval and means by which the system is to be “renetted” or verified with respect to adjustment of various technical and operating parameters that affect both the outbound and inbound radio coverage, shall be specified. An automatic “renetting” feature is a highly desired feature. b. Simulcast Time Delay Control - Once the path delays have been measured, the method by which audio path time delay will be automatically controlled and equalized shall be specified. c. Frequency Stability - The method by which the frequency of base station transmitters is maintained within the required tolerance for satisfactory simulcast operation shall be specified, and this value shall be provided. d. Addition of Sites - The maximum site capacity of a single simulcast “Site” or “Prime” controller shall be specified. e. Control of Sites - The method by which the simulcast remote sites are controlled and interfaced with the trunked system controller shall be described. Link type and bit rate shall be specified. f.

2.2.2

System Architecture - The trunked simulcast system architecture shall be described in detail, with written descriptions of all major system components and their functions. System and site block diagrams shall be provided to show the interconnection between system elements. Voting Comparator and Simulcast Audio/Data Distribution Equipment

1. General Requirements: Receiver voting shall be employed as part of any proposed trunked simulcast system. The Proposer shall provide a means of selecting the best quality received signal from each of the proposed repeater sites. The voting comparator shall act as the systemwide collector, voter and distributor of digital voice and control signals for its associated RF channels. The comparator shall extract the best quality signal from the multiple signal sources and provide the means to deliver it to a single or multiple destination(s). The comparator shall incorporate frame diversity or an equivalent technology to utilize the best data frames of all of the inputs to construct a better output signal. Technical requirements are included in Section 7 of this RFP. 2. Voting Comparator: A comparator shall be provided for each trunked RF channel. The comparator shall be modular in construction and allow the addition of radio sites (inputs) and the addition of RF channels.

RCC CONSULTANTS, INC. 30

PAGE 77 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

3. Voting Process: The Proposer shall include a detailed description of the methodology used in the voting process. Alarm reporting and/or diagnostic capabilities of the device shall be described. 4. P25 Phase 2 Operation: The proposed trunked system and thus the proposed Voting Comparators shall operate as a P25 Phase 2 system.

2.3

Trunked Operation

1. The trunked simulcast system shall be managed by a Master Site and by a Primary Simulcast Trunked Controller that allocates and manages the communications channel. When a request for communications from a field unit occurs, the system shall acknowledge the request and assign an idle talkpath for communications. The proper talkgroup also shall be assigned. 2. The system shall allow a transmitting unit access to an available digital talkpath and unmute a receiving unit’s speaker with the transmitting unit’s audio within 1.5 seconds, or less, of the transmitting unit’s request for channel push-to-talk (PTT). Should system traffic be at a level where all channels are busy, the system will automatically give preference to higher priority units attempting access. The system shall indicate to the user that channels are busy, that the unit is placed in queue, and will be offered a channel in a call back mode. The Proposer shall describe the quantity of priority levels the system offers. 3. Public safety mobile and portable units shall be equipped (quantities to be identified by each City) with a dedicated button or function that allows emergency access. The button shall be easily accessed, and designed to minimize the chances for accidental activation. Upon emergency activation, the field unit shall transmit the Unit I.D. and/or alias and emergency message until acknowledged by the console operator (dispatcher). 2.3.1

System Operating Modes

The new trunked radio system shall be capable of operating in multiple modes as noted below. 1. Trunked Mode: Day-to-day communications by all users occur using this mode. While in the trunked mode, the system should initially provide for the control of trunked talkpaths at all sites. 2. Talk-Around Mode: The mobile, portable and control station radios shall be capable of transmitting and receiving on user selectable simplex conventional “direct” or “talk-around” channels between radio field units (subscribers). 3. Encrypted Mode: a. All channels of the trunked simulcast system shall be installed and equipped to accommodate AES voice encryption. All subscriber units properly equipped with encryption shall be able to scan between and converse on encrypted and clear talk groups. The Public Safety dispatch positions of the various public safety agencies shall be capable of utilizing the encrypted channels and these encrypted channels shall be

RCC CONSULTANTS, INC. 30

PAGE 78 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

made available for audio logging. There shall be no degradation of signal coverage range of the system when radios are operating in encrypted mode. b. The encryption process shall not degrade the audio quality of the system. Encryption shall be available in trunked, conventional, and talkaround modes. Proposers shall state the number of encryption algorithms available in their system and the encryption algorithm capacity of their radio units. Multiple keys must be accommodated. c. The system shall be capable of Over-The-Air-Rekeying (OTAR) of the encryption algorithm. d. The Proposer shall describe the system’s capability for OTAR, including any limitations that rekeying subscribers over-the-air has over traditional methods. The Proposer shall describe the process by which the rekeying takes place and the timeframe required to rekey an individual radio and a group of 500 radios. e. The Proposer shall describe their equipment proposed and methodology for encryption key management for the system. f. 2.3.2

The Proposer shall describe how encryption can be used with compatible user radios operated by other agencies in a mutual aid situation. System Reliability:

One of the most essential elements of a complex wide-area radio system is how the system performs during various failure conditions. Such conditions may arise through direct equipment failure or as a result of external events that may disable certain system components or the facilities that support them. The system must be designed with robust levels of redundancy, and the ability to provide continued trunked communications in the event that failures occur. It is the intent of this specification to provide a trunked system that will not suffer the loss of trunking or wide-area operational capability as a result of the failure of a single system component, in particular, the Master Network Controller and/or Primary Simulcast Site Controller. Sufficient redundancy, including geographic separation, shall be incorporated in the system design so that full trunking operation continues without interrupting on-going communications. Trunking capability is defined in this context as the ability of the system to assign voice channels to independent talkgroups, as required, and the ability of the system user groups to remain functionally independent (i.e., full P25 trunked feature set with no loss of functionality). Any system component or power distribution design that could render the system or 25% of its channel resources useless for communications from a single point of failure shall incorporate redundancy. This may be in the form of a redundant component/enclosure or a distributed redundant design which distributes single points of failure among multiple card cages, cabinets or housings each operating on its own dedicated power circuit. 1. Single Point Failure Avoidance Wide-area communications shall remain intact to the largest extent possible during failures. System architectures in which single points of failure would disable seamless wide-area communications are unacceptable. 2. System Redundancy

RCC CONSULTANTS, INC. 30

PAGE 79 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Understanding that the system architecture calls for the use of a Master Network Site, all critical components of the Master Network Site equipment and associated subsystems at the location of the Master Network Site shall be redundant in nature unless noted otherwise. Such redundancy can be in the form of hot-switchover modules or can be addressed by redundant equipment. If a redundant MNS is selected, these critical components must remain online continuously with parallel updating of critical system databases to provide minimal interruption of service in the event of failure. Switching from primary to standby operation must be fully automatic, including a manual override capability. An audible and visual indication of the switchover and current system status shall be provided. Proposers must specify the amount of time between component failure and the resumption of normal operation under the standby system, as well as the process and amount of time to return to the main MNS when conditions allow. The proposer shall also include information about the possibility of using an existing Master Network Site to achieve redundancy such as that owned by another public safety agency in the area. 3. Simulcast Prime Site Redundancy The Simulcast Prime Site contains the most critical components to maintaining continued wide area operation, more perhaps than any other system elements. A failure of particular components at the Simulcast Prime Site can do more to inhibit communications than a complete failure of the Master Network Site. Thus Proposers should pay particular attention to the design of the Simulcast Prime Site. The simulcast cell will have primary and backup prime simulcast controllers that are geographically separated. Both main and back-up prime simulcast controllers must remain online continuously with parallel updating of critical system databases to provide minimal interruption of service in the event of failure. Switching from primary to standby operation must be fully automatic, but include a manual override and switching capability. An indication of the switchover and current system status shall be provided via the system management system. Proposers shall fully explain the mechanics and operation of the switching system and provide the expected time between switching between main and backup and return to main as conditions permit, and how this process affects system operation and the expected time interval before the system is fully functional. Additionally, the “networked” nature of the Simulcast Prime Site makes it particularly vulnerable to network component failures that can result in a large percentage of the system’s resources being taken out of service. For example, a network switch failure may disable all of the talkpaths whose channels (voting comparators) are connected to the switch. To protect from these type of failures, it is preferred that a complete set of voting comparators be located with each of the geographically separated Prime Simulcast Controllers that operate in a redundant fashion. 4. Simulcast Remote Site Redundancy In the event the system architecture calls for the use of a Remote or Satellite Site Simulcast Controllers, all critical components of the Remote or Satellite Site Simulcast Controllers and associated subsystem interface links at the location of each of the Remote or Satellite Site Simulcast Controllers shall be redundant in nature. These critical components must remain online continuously with parallel updating of critical system databases to provide minimal interruption of service in the event of failure. Switching from primary to standby operation must be fully automatic. Proposers must specify the amount of time between component failure and the resumption of normal operation under the standby system. 5. Failure Mode Analyses Proposers shall include a comprehensive analysis of failure scenarios and reliability features for the system solution being offered. The Table below addresses a number of failure modes that, at a RCC CONSULTANTS, INC. 30

PAGE 80 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

minimum, shall be addressed. The Proposer is encouraged to provide a thorough failure mode analysis and may supplement the items noted in the Table. A narrative approach in conjunction with high-level block diagrams (with failure marked / identified) is preferred for this analysis. The completion of this table is one of the many points that will be evaluated in determining the system architecture that best serves the different cities involved.

RCC CONSULTANTS, INC. 30

PAGE 81 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Detection Where and how is failure detected, indication to radio units and dispatchers, indication to system manager

Protection Proposed protection components, fallback modes of operation, radio unit “failure friendly” features, estimated restoration time

Impact to Dispatch How does the dispatch centers react and adapt to failure, how is normal operation hindered

Failure

Impact to Radios How do radio units react and adapt to failure, how is normal operation hindered

Table 2.3.2.5 - Structure for Comprehensive Failure Analysis & Reliability Features

Master Site(s) Describe all master site component failures individually. Please include a separate failure scenario for controllers, each piece of LAN/WAN equipment, all switches and routers, and servers. Communications Dispatch Console Systems Describe all system component failures related to the dispatch system individually. Please include a separate failure scenario for controllers, each piece of LAN/WAN equipment, all switches and routers, Simulcast Prime Sites Describe all simulcast prime site component failures individually. Please include a separate failure scenario for controllers, voting comparators, each piece of LAN/WAN equipment, all switches and routers. Satellite or Remote Site Equipment Describe all system component failures related to site equipment individually. Please include a separate failure scenario for controllers, voting comparators, each piece of LAN/WAN equipment, all switches and routers. Connectivity Provide a thorough analysis of the results of connectivity link failures, including fiber or microwave links and fiber or microwave network equipment failures. Provide this for all link scenarios (to tower sites, dispatch sites master sites, etc.). Please include an analysis of the proposed system’s “weak links”.

RCC CONSULTANTS, INC. 30

PAGE 82 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

2.3.3

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

System Features and Functions

Software and firmware to provide functions and features described shall reside in the Master Network and/or Primary Site trunking controller and associated computer software/hardware. The controller and its associated computer software/hardware shall provide the following functions: 1. Alarm Monitoring and Diagnostic Functionality Monitoring of the operational status of all system devices and providing alarms when subsystems fail shall be provided. Diagnostic functions shall allow an operator to view current status and status history of the system. It shall also allow for diagnostic tests to be performed on network devices (i.e. site controllers, base stations, comparators, etc.) to verify component and path integrity. 2. Control Channel Backup Automatic transfer of signaling functions to another channel in the event of transmitter or receiver failure or interference on the signaling channel shall be provided. Each system shall have one active and a minimum of three backup signaling channels for simulcasted and non-simulcasted subsystems/cells. Backup is defined as a channel of different frequency. Hot standby backup of a signaling channel to a station of the same frequency is not acceptable. 3. Failed Voice Channel Disabling Automatic disablement of defective voice channels due to subsystem failure shall be provided. Failures must be detected prior to the channel being assigned by the controller. Subsystem failures to be detected shall include, at a minimum: a. Low forward power b. High reflected power c. Unidentified carrier on unassigned voice channel d. Signaling interface failure between base and controller e. Audio circuit failure between controller and base f.

Voter receiver failed

g. Voter receiver disabled 4. System Usage Reports Proposers shall describe how system usage data is collected, processed, and parsed for displaying at the System Manager’s terminal. Also, at a minimum, data to be routed to a printer shall include the following: a. Error Event Log b. # of Push to Talks (PTT’s) per talkgroup per interval of time c. # PTT’s per system per interval of time d. # of calls by type/interval e. Call duration by type of call

RCC CONSULTANTS, INC. 30

PAGE 83 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

f.

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

# of system busies/interval of time

g. Total busy time/interval of time 5. System Configuration Reports a. System Configuration Reports shall include, at the minimum: 1) Configuration information for all components in the system 2) Functional configuration of controllers, channels, and sites 6. Subscriber Management Reports a. System Configuration Reports shall include, at a minimum: 1) Manager database (list of system managers) 2) Logged on managers 3) Regrouped radios 4) Inhibited radios 5) Storm plans 6) Commands (tasks)-in-Progress (regroups, inhibits) 7) Subscriber configuration & attributes (by individual, talkgroup & multigroup) 7. Channel Usage Reports a. Channel Usage Reports shall include, at a minimum: 1) Identification of calling units by talkgroups and unit identification number 2) Time of channel access 3) Duration of transmission 4) Classification of call 5) Channel assigned 8. Fault Management Reports a. Fault Management Reports shall include, at a minimum: 1) Current alarms 2) Alarm history (daily, weekly, monthly) 3) Alarm history (by system component) 4) Technician notes 9. Sample Reports a. Proposers shall include sample copies of these reports in their submitted proposals and state the data storage capacity of system in days and/or number of alarms. 10. Channel Access Priority Levels

RCC CONSULTANTS, INC. 30

PAGE 84 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

As a minimum requirement, the system shall provide user definable levels of access priority and such levels of priority shall be variable from any dispatch console in the system to allow assignment of specific talkgroup members to a higher system access priority for the duration of a special event or tactical operation. Access and control of priority levels shall be partitioned so as to allow separate control by the respective agency. 11. Dynamic Talkgroup Reconfiguration Dynamic regrouping of mobile, portable, and control station radios shall be provided. This function shall allow units from different talkgroups to be regrouped into a common talkgroup via the signaling channel. Preprogramming of regrouping functions to allow rapid implementation of emergency plans by each City shall be provided. 12. Regrouping Time The time required for such regrouping, both for preprogrammed groups and individual units, shall be specified by the Proposers. Proposers shall also specify any limitations on group size and the number of preprogrammed groups that can be accommodated by their systems. 13. Selective Disablement of Radio Field Units Selective disablement of individual mobile or portable radios shall be provided. Reactivation of such radios, which have been disabled, shall also be provided. These functions shall be performed on the signaling channel. Control of this feature is to be partitioned by manager user name. 14. Time-Out Parameter Control Control of time out parameters shall be provided at any manager user terminal. Any valid manager logged in with this capability shall be able to control at a minimum: a. Channel Hang Time (message trunking) b. Interfering Carrier Time (length of time channel remains enabled with an interfering carrier) c. Remote Link Failure Time (length of time site remains enabled without a remote site data link) d. Channel Fade Time (length of time channels remains assigned without a carrier or low speed data present) e. Emergency Call Time (length of channel hang time when an emergency call is initiated) 15. System Programming Programming of system operational parameters shall be provided by operator terminals controlled by the trunked system management computer. These terminals shall provide for "user friendly" operation by trained personnel. Access to system programming functions shall be protected by hierarchical password security. Hard copy printout of programming functions or data is desired. Printers shall be a color laser jet type similar to the HP family of LaserJet printers or equivalent.

RCC CONSULTANTS, INC. 30

PAGE 85 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

16. System Management Partitioning System Manager partitioning shall allow different City agencies to control their user database independently of one another. The system shall allow the partitioning of subscribers and subsystem infrastructures. Partitioning shall be defined and protected by a user name and a respective password. Partitioning shall allow access to as well as prohibit users from, different sub-systems, programming and system management areas, and subscriber ID ranges (talkgroup and individual ID ranges). 2.3.4

Over-The-Air-Programming (OTAP)

Realizing that OTAP is not part of the P25 Standard, Proposers shall provide an option that will allow the subscribers to be “reprogrammed” over the air. Both the infrastructure equipment and all proposed subscribers shall be equipped with Over-The-Air-Programming (OTAP) in this proposed requirement. The Proposer shall describe the system’s capability for OTAP, including any limitations that programming subscribers over-the-air has over traditional methods. The Proposer shall describe the process by which the reprogramming takes place and the timeframe required to reprogram an individual radio and a group of 100 radios. In addition, the Proposer shall identify any costs for licensing all of the radios proposed with the new system for OTAP. 2.3.5

Signaling and Special Functions

1. Automatic Unit Log-In or Registration Whenever a user radio identifies and locks on to a new control channel at a repeater site, it shall transmit its logical I.D. and group setting to the system via the control channel at that repeater site. 2. Unit Deregistration or Log-Out The system shall provide a feature identified here as Unit Deregistration or Log-Out when a unit is powered down. 3. Unit Identification A real time display of push to talk unit identification at the dispatch positions shall be provided in a plain English alphanumeric alias format. Proposers shall specify the maximum number of alias ID’s per console operator position and system wide. Prospers shall specify the maximum number of characters that may be displayed on a console for unit identification. 4. Control Channel Updating The signaling channel shall continually transmit the current channel assignments of the system. This feature is intended to insure that radios "signing on," coming into range, or switching talkgroup modes are directed to the correct radio channel. 5. Embedded Signaling Embedded signaling shall be transmitted on assigned voice channels in order to prevent subscribers from being misdirected or allowed to transmit on an improperly assigned channel. 6. Emergency Alarm and Call

RCC CONSULTANTS, INC. 30

PAGE 86 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

A display and an audible alert to the dispatcher (on the dispatch operator console) upon activation of an emergency button on portable or mobile radios shall be provided. The response time to display the emergency condition at the console position shall not exceed 3 seconds. The display shall identify the unit ID and/or alias of the radio initiating the emergency alarm. Automatic translation of this unit identification to correlate to “Plain English" equivalent is required. Upon activation of the “emergency unit’s” PTT, a channel shall be assigned for a predetermined amount of time. The emergency call hang time shall be adjustable by the system manager. Emergency Alarm indications shall only appear at the console system associated with the unit declaring an emergency, that is, a Garland unit alarm only appears at the Garland dispatch location. 7. Emergency Alarm and Call Programmed Modes In the event all voice channels are occupied, the system shall be capable of functioning (via programming) in at least the following two (2) modes and noted below: a. Emergency Priority Queuing: If all voice channels are occupied when an emergency call is made, then the unit initiating the emergency shall be placed at the top of the busy queue list and allowed access to the next available voice channel. The "emergency unit" shall be given the highest level of priority regardless of how many units are already in queue or what their priority is. b. Emergency Preemption: If all voice channels are occupied when an emergency call is made, then the unit initiating the emergency shall be allowed access to the voice channel with the lowest priority user currently assigned. It is understood that until the current user de-keys, there will be RF contention between the emergency user and the current transmitting unit. However, once the "non-emergency" user de-keys, that unit should be transmission trunked back to the signaling channel so the voice channel can belong to the emergency user. The participating agencies understand the implications of this contending audio, but also realize the possible advantages of having immediate access in an emergency situation. 8. Talkgroup Call Priority Interrupt If the proposed system provides a feature which allows a talkgroup member with a higher priority involved in a call to “interrupt” a talking member with a lower priority, the Proposer shall describe in detail how this works. It is preferred that users with the same priority levels not be able to interrupt one another. 9. Individual Call Selected users and dispatchers shall have the ability to selectively communicate “privately” with another individual on the system regardless of what talkgroup either unit is in. The call shall allow the two users to utilize a single channel resource to communicate without the participation of other units in their respective talkgroups. 10. Individual Call Display If the recipient of a private call has a display-type radio, the radio shall display the plain English ID of the calling party. Respectively, the calling party shall be able to determine if the recipient did not receive or is not available for the call (i.e. recipients radio is turned off, out of range, etc.) by hearing a distinctive tone and receiving a message in their display.

RCC CONSULTANTS, INC. 30

PAGE 87 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

11. Programming Modes The subscriber units on the system shall be programmable for at least the following modes of operation: a. Subscriber units shall be capable of unlimited Private Conversation capability if desired. b. Subscriber units shall be programmable to hold a specific list of users that can be privately called. The list shall be able to hold at least eight (8) individual ID's. Proposers shall specify the maximum size of this list and if this list is independent of the call alert list. c. Subscriber units shall be programmable to only receive private calls from other users. These units shall never be capable (unless programmed otherwise) of initiating a private call. d. Subscriber units or the system shall be programmable with private call time-out timers. 12. Call Alert Selected users and dispatchers shall have the ability to selectively alert another individual user on the system regardless of what talkgroup either unit is in. The call shall allow an individual to alert another user with a distinctive tone and their individual ID/alias (on display radios only). The alert shall be accomplished over the signaling (control) channel and should not affect any voice channels on the system. 13. Call Alert Display If the recipient of a call alert has a display-type radio, the radio shall display the plain English ID of the alerting party. Respectively, the alerting party shall be able to determine if the recipient did not receive or is not available for the alert (e.g. recipients radio is turned off, out of range, etc.) by hearing a distinctive tone and receiving a message in their display. 14. Programming Mode The subscriber units on the system shall be programmable for at least the following three (3) modes of operation: a. Subscriber units shall be capable of unlimited Call Alert capability if desired. b. Subscriber units shall be programmable to hold a specific list of users that can be call alerted. The list shall be able to hold at least eight (8) individual ID's. Proposers shall specify the maximum size of this list and if this list is independent of the private call list. c. Subscriber units shall be programmable to only receive private calls from other users. These units shall never be capable (unless programmed otherwise) of initiating a call alert. 15. Multi-Group Call Multi-Group talkgroups shall allow multiple talkgroups to be affiliated to a single multi-group. When a call is placed on the multi-group talkgroup, all talkgroups associated with the multigroup shall be assigned to a single voice channel for the conversation. Every user involved in the multi-group call shall have talk-back capabilities for the duration of the call (if message trunked). The system shall be programmable to allow for the following two (2) modes of operation:

RCC CONSULTANTS, INC. 30

PAGE 88 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

a. Ignore Mode If a user initiates a multi-group call, the call will immediately ignore calls in progress on affiliated talkgroups. The multi-group call will not wait for units in those talkgroups to de-key and therefore those transmitting units will not hear the multi-group call until they de-key. b. Wait Mode If this mode is available, a user initiates a multi-group call while calls are in progress on affiliated talkgroups, then the multi-group call will wait (busy-queued) until all participating talkgroups have finished their transmission. Initiating a multi-group call should transmission trunk all calls in progress on affiliated talkgroups in order to facilitate the multi-group call. 16. System-Wide Call This feature shall allow a public safety or other designated individual to initiate a call that will transmit on all talkgroups on all sites or sub-systems. 17. Scan This function shall provide the ability to scan through multiple modes (talkgroups) within the same system. It shall also contain the capability to store and scan a list of conventional frequencies. Subscriber units shall be provided with at least one (1) scan list per system. Each list shall contain at least ten (10) talkgroups or frequencies. Proposers are to provide information about the total number of scan lists and number of talkgroups/channels on each list that the radio models are capable of. The scan function shall allow individual users to add or delete talkgroups from the list. 18. Priority Scan This feature shall provide the ability to apply two priority levels to a defined scan list. While in the scan mode, a Priority One transmission shall be received regardless of the activity on the Priority Two (or other non-priority modes). A Priority two message is heard over all (except Priority One messages) non-priority modes. a. Data/Control Interfaces: All necessary interfaces with trunked repeaters, peripheral computer hardware, or the radio interconnect system shall be provided by the Successful Contractor. Interfaces shall include cabling and modems, all of which shall be identified by the Proposer's functional diagrams of the system. b. Alarms and Diagnostics: The Master Network Controller and its associated subsystems shall provide alarms for key operational parameters, and shall provide for remote inquiry, display, disablement, and diagnostic functions via LAN connections. 2.3.6

GPS Location Monitoring

Several of the different departments and agencies may wish to deploy the GPS location monitoring feature available with new radio systems on the market today. Proposers shall provide a complete description of this system, its capabilities, and monitoring point equipment requirements. This shall include a complete description of the monitoring point hardware and any connectivity requirements such as radio network connectivity or if this could be provided via an RF modem that monitors control channel information.

RCC CONSULTANTS, INC. 30

PAGE 89 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

2.4

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

System Manager/Information Management System

The system shall incorporate a graphical user interface (GUI) system manager/ information management system to set selected parameters and allow the supervisory personnel to control and analyze system operation. 2.4.1

System Management

The system shall incorporate a graphical user interface (GUI) system manager/ information management system to set selected parameters and allow the supervisory personnel to control and analyze system operation. The System Management/Alarm Terminals shall include a personal computer, 19" color LCD Flat Panel monitor with keyboard and mouse. Required system manager capabilities at a minimum shall include: 1. System Configuration - shall be able to control all of the programmable features of the trunking controller and radio infrastructure. 2. Subscriber Management - shall allow an operator to view, set, or modify the talkgroup ID's, and the unique ID permission. 3. Manager Partitioning - System subscriber management functions shall be capable of user (agency) partitioning. Manager partitioning shall allow a user to view, set or modify subscriber information pertaining to a particular agency while restricting access to other agencies. The highest level manager shall be capable of viewing all subscriber information. Partitioning shall allow access to, as well as prohibit users from, different sub-systems, programming and system management areas, and subscriber ID ranges (talkgroups and individual ID ranges). 4. Diagnostic Management - shall allow an operator to view current status and status history of the system, sub-system or component. It shall also allow for diagnostics to be performed on network devices (i.e. site controllers, base stations, comparators, etc.) 5. Dynamic Radio Commands - regrouping of system users, including the ability to predefine, store, and implement regrouping plans as needed. Sending and receiving of status messages to and from subscriber units. Selective radio status information regarding radio’s operating status (i.e. on/off, inhibited), last talkgroup affiliation and last site registration. 6. Selective Inhibit/Uninhibit - of stations, mobile and handheld radios and trunked repeaters. Field equipment shall be equipped to respond to the system manager commands. 7. Activity Reporting - by unit, talkgroup, department (if available), and system wide. 8. User database maintenance partitioned by agency, with automatic sharing of data and updates between the console electronics and the trunking system. Unit I.D.s and aliases shall be programmable from the terminal and communicated to all equipment with unit I.D. display. A single electronic database shall be shared by the console dispatch and trunking systems. 9. Activity monitor to display the status and activity of all RF channels within the system. 10. Terminal Locations - One system management terminal shall be installed at each of the following locations: a. City of Garland Dispatch Center

RCC CONSULTANTS, INC. 30

PAGE 90 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

b. City of Mesquite Dispatch Center c. City of Garland Radio Communications Service Center 11. Printers: A printer for printing activity reports or other outputs produced by the System Manager/Information Management system is required at each location above. The printers shall be a high quality color laser type printer similar to Hewlett Packard’s LaserJet family of printers. One will be located with each of the management terminals. 2.4.2

Alarm Monitoring and Reporting System

An alarm monitoring package based on SNMP shall be provided to monitor system parameters and alarms. It is preferred that the Graphical User Interface for the alarm monitoring package be integrated in with the SMT equipment described. If it is not a consolidated package, Proposer shall describe the alarm system proposed and address the following specifications 1. The alarm system shall display alarm conditions of board level failures of all network elements to a single 19” color LCD Flat Panel terminal. The system architecture shall be displayed using graphical icons. Selecting an icon such as a site shall reveal the next level of system detail, allowing the user to then select the equipment shelter or tower, and then a repeater or other piece of equipment, down to the board level. Alarms shall appear as flashing icons, representing the component and sub-systems affected. Flashing icons shall alternate between red and their normal appearance. 2. The system shall allow the manager to view historical data on selected performance characteristics, such as transmitter power output of any repeater, per transmission, along with a graphical representation of that parameter’s history (such as a bar chart showing transmitter power per transmission). Access to the management system shall be controlled through the use of an encrypted password (not displayed on the screen). 3. In order to meet NFPA compliancy, the public safety radio system must be monitored for integrity as per the NFPA 1221 “Standard for the Installation, Maintenance, and Use of Emergency Communications Systems”. Proposers shall state how this is accomplished. 4. The system shall be capable of supporting a remote system manager user terminal without degradation of terminal performance. A remote user terminal shall be capable of performing / accessing all the same functions / information that a local terminal can. The speed at which the remote terminal operates shall be equivalent to that of a local terminal and the accessing of information shall not be noticeably different in physical appearance or access time. The remote terminal shall be capable of interfacing with the system via LAN connectivity. 5. Proposers shall detail what alarms, conditions and parameters can be controlled and/or displayed through the System Management/Alarm Terminals. At a minimum, the following alarms/conditions shall be displayed: a. System Alarms 1) Primary Master Site controller failure 2) Master Site primary Ethernet/LAN/WAN switch failure 3) Failure of other critical components at the Master Site b. Radio Equipment Alarms

RCC CONSULTANTS, INC. 30

PAGE 91 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

1) Low forward power 2) High reflected power 3) Unidentified carrier on unassigned voice channel 4) Signaling interface failure between base and controller 5) Audio circuit failure between base and controller 6) Voting receiver failed 7) Voting receiver disabled 8) Station major alarm 9) Station minor alarm c. Controller major alarm d. Controller minor alarm e. GPS receiver alarm f.

Dispatch Center Alarms 1) Logging Recorder Failure 2) Logging Recorder Alarm 3) Master Time Source Loss of Sync 4) Console Electronics Power Supply Failure 5) Console Electronics or Console Network Major Alarm 6) Console Electronics or Console Network Minor Alarm

g. Other Alarms – Radio Communications Sites 1) Intrusion Alarms 2) High and Low Temperature Alarm 3) High and Low Humidity Alarm 4) UPS/Battery Power System Alarms 5) UPS Automatic Bypass Operation 6) Generator System Alarms 7) Generator running 8) Generator on-line 9) Failure to start 10) Over speed 11) Low oil pressure 12) High engine temperature 13) Low oil pressure pre-warning 14) High coolant temperature pre-warning 15) Low coolant RCC CONSULTANTS, INC. 30

PAGE 92 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

16) Low fuel 17) Surge protection alarm 18) Fire/Smoke Detector 19) Shelter Door Open Alarm (each door) 20) Site Gate Open Alarm (each gate) 21) Fan Run 22) AC Power Fail 23) High and Low Humidity Sensors 24) Floor Water Sensors 6. The Contractor shall be responsible for interconnecting and testing the alarm points to the proposed alarm systems, including but not limited to: a. Sensors b. Contacts c. Wiring d. Programming e. Installation 7. Three (3) alarm system display control terminals shall be proposed. One shall be installed in each dispatch center, and the third shall be located at the City of Garland Radio Communications Service Center. Information shall be provided also that includes the ability for alarms to be integrated and displayed on the new dispatch console system. The Proposers shall include a description of these capabilities and its limitations when integrated with the console systems. 8. All remote alarm units will pass information to the Master units. Provision shall be made for the master alarm units to selectively inhibit the audible alarms or initiate an automatic timeout in 30-second intervals up to 3 minutes. When an audible alarm has been silenced but not cleared, new failures shall reactivate the alarm. 2.4.3

Subscriber Management and Diagnostics

In order to enhance service and maintenance of user radios on the system, Proposers shall include an over-the-air user radio diagnostic tool. This device shall be capable of being remotely monitored with a terminal placed at the Garland Radio Communications Service Center. The diagnostic tool shall include at a minimum the following features: 1. A single device that can be moved between sites with an option to implement multiple devices placed at different sites each networked to the terminal placed at the radio shop. 2. Be connected to the new site interconnectivity system being deployed as part of this procurement. 3. The ability to monitor: a. Receive frequency error b. Maximum frequency deviation

RCC CONSULTANTS, INC. 30

PAGE 93 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

c. Transmit modulation d. Emission mask compliance 4. The ability to store unit ID’s and aliases and generate reports of issues detected with subscriber radio equipment 2.4.4

Radio System Maintenance Tracking and Ticketing Software

Garland and Mesquite intend to develop its own radio maintenance program simultaneously with the implementation of this system. Proposers shall provide the option for a recommended software package, along with pricing for implementation and training that functions with their proposed radio system solution. Systems such as that offered by MCM Technologies would be considered. The Cities are interested in implementing such a system that addresses the following: 1. Work ticket generation 2. Equipment repair tracking in order to ensure resolution 3. History of each piece of equipment 4. Technician time and productivity 5. The ability to track common problems to assist in the early identification of a common problem and allow for a pro-active response by the shop 6. Recalls or repeat call tracking 7. Ability to manage spare parts stock with automatic replenishment capability 8. Help track MTBF (Mean Time Between Failure) of the different radio system components 9. Ability to track lost equipment can be traced 2.4.5

Software and Programming Accessories

If any infrastructure equipment requires special programming accessories, ten (10) complete sets of programming software, cables, and required interface devices shall be provided for each model of software programmable equipment included in the system. Requirements for radio field unit (radio subscriber unit) programming accessories are included in Section 7 of this RFP. All PC-based software utilized in the new radio system shall be Windows based. Proposers are required to identify each software package that will not be compatible with this requirement. Proposers shall identify the proposed version of the Windows operating system provided in all windows based system computers.

Proposer Compliancy Proposers shall insert a complete Point by Point response that addresses each numbered point or paragraph listed in this section. The response shall address at a minimum, the following: 1. Read and Understood: Where appropriate, when there is a point or paragraph that does not specifically require that the Proposer indicate any level of compliancy and this point or paragraph

RCC CONSULTANTS, INC. 30

PAGE 94 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

is provided for informational purposes, the Proposer shall indicate that it has read and understood that point or paragraph. 2. Fully compliant with this point or paragraph: This shall indicate that the proposer fully understands the specification and is fully compliant with this requirement. 3. Partially compliant with this point or paragraph: This shall indicate that the Proposer does not fully meet the requirement or intent of the specification. The Proposer shall provide a complete description of why they do not meet the full requirement of the specification and then state their clarification or substitution for that particular point or paragraph. 4. Not Compliant (Exception): This shall indicate that the Proposer’s solution does not comply with this specification listed in this point or paragraph.

RCC CONSULTANTS, INC. 30

PAGE 95 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Section

3

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Radio Coverage Requirements

Section 3—Radio Coverage Requirements 3.1

Introduction

3.1.1

General Information

Reliable two-way radio coverage is the foundation of any Public Safety and Local Government radio communications system. The Cities of Garland, Mesquite, Rowlett, and Sachse desire to replace their current two-way radio systems that serve the various Public Safety, School District and Local Government Departments of each of these cities. It is expected that the new radio system developed through this project will represent a substantial improvement in the two-way radio communications provided to the various departments. The purpose of this section is to outline the radio coverage requirements for the new system. In order to provide Proposers with a sufficient amount of time and a “head start” in preparation of their system design, this document has been released prior to the release of the actual Request for Proposal (RFP). This section will be repeated in the actual RFP released in the upcoming months where Proposers will have the opportunity to respond to these coverage requirements formally in their proposal. This provides Proposers the ability to develop their system offerings with a clear understanding of the expectations and requirements of the participating agencies. There are several aspects of radio coverage performance addressed in this Section that include: 1. 20 dB In-Building Coverage Contour Map 2. List of specific in-building coverage requirements 3. A description of the coverage acceptance testing Frequency assignments are currently being evaluated by the participating agencies. It is expected that the system will utilize 700 MHz channels operating in the P25 Phase II mode. The system must also be capable of reverting to P25 Phase 1 operation in order to support interoperability with Phase I only capable radios who may need to operate on the system for mutual aid purposes. The system shall operate in the simulcast mode using up to 16 RF channels. Final licensing of the actual frequencies being used shall take place once the proposed design is selected. Participating agencies understand that they must comply with FCC regulatory requirements as well as those requirements set by the Region 40 Plans as applicable. It is important that the system proposed for this project be capable of meeting the specified radio coverage requirements as stated in this RFP as well as the spectral efficiency requirements listed by current regulations.

RCC CONSULTANTS, INC. 30

PAGE 96 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

3.2 3.2.1

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Radio Coverage Definition: Mobile and Portable Radio Units Radio Coverage

Coverage is defined as the ability to successfully complete inbound (talk-in), field unit to dispatch communications, outbound (talk-out), dispatch to field unit communications, and radio unit to radio unit voice communications in a repeat mode via the system infrastructure throughout the designated areas, standing still, and while in motion, with at least the minimum required level of audio quality, per TIA/TSB-88.1_ (latest approved version), and at the specified level of propagation reliability stated in this section of the RFP. This level of performance is required for digital and digitally encrypted modes of operation. 3.2.2

Audio Quality

For informational purposes, Proposers are required to submit with their proposals their recorded samples* of digital voice messages for the following Delivered Audio Quality (DAQ) levels for digital operations. For reference, the DAQ definitions, as defined in the latest version of the TSB-88 Bulletin are listed below: Table 3.2.2 – DAQ Definitions Delivered Audio Quality DAQ 5.0 DAQ 4.5 DAQ 4.0 DAQ 3.4 DAQ 3.0 DAQ 2.0 DAQ 1.0

Subjective Performance Description Speech easily understood. Speech easily understood. Infrequent Noise/Distortion. Speech easily understood. Occasional Noise/Distortion. Speech understandable with repetition only rarely required. Some Noise/Distortion. Speech understandable with slight effort. Occasional repetition required due to Noise/Distortion. Understandable with considerable effort. Frequent repetition due to Noise/Distortion. Unusable, speech present but unreadable.

*Audio samples shall be submitted by the Proposer in a .WAV file format on Flash Drive, CD-R or DVD_R media and will be reviewed by the Project’s evaluation team. 3.2.3

Coverage Reliability

All references to coverage reliability in this document refer to area reliability. For example, the phrase "95% coverage" indicates that if the total service area of the participating agencies is segmented into test tiles, a minimum of 95% of the test tiles will yield a Delivered Audio Quality of at least a 3.4 per table 3.2.2 above. 3.2.4

Radio Coverage Scenarios

The participating agencies require that radio coverage be provided to mobile radio units and to portable radio units. Portable radio units are utilized in multiple scenarios including usage on the street and inside buildings and structures.

RCC CONSULTANTS, INC. 30

PAGE 97 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

3.2.5

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Mobile Radio Coverage

Mobile unit coverage is expected to well exceed the range of portable radios and will continue beyond the stated normal service boundaries. A composite mobile coverage map should be provided for informational purposes. 3.2.6

Portable Unit Radio Coverage:

Portable unit coverage shall be based upon a portable radio worn at the hip of the user and with an antenna height at three (3) feet above ground. Proposers must clearly identify the specific antenna type for the portable radios proposed for this project and be ready to provide sample radios with the proposed antenna at their oral presentation after submission of a system proposal. 3.2.7

Portable Carrying Devices

To avoid any ambiguity in regards to the potential affects produced by various portable radio carrying or housing devices, i.e., “belt clips” versus “swivel cases”, the participating agencies are requiring that the system design be based on a “belt clip” carrying device. No other configuration is acceptable.

3.3 3.3.1

Baseline Coverage Requirements 20 dB In-Building Coverage

The area needing portable radio coverage is the combined service areas of Garland, Mesquite, Rowlett, and Sachse, which is the area within the red line depicted in Figure 3.3.1 below. A system infrastructure that provides a baseline of 95% area reliability, minimum DAQ 3.4, and 20 dB inbuilding coverage is required for portable radios worn “on the belt” using a belt clip device within the area bounded by the red line.

RCC CONSULTANTS, INC. 30

PAGE 98 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Figure 3.3.1 20 dB Coverage Contour Map

3.3.2

On-Street Coverage

Portable “On-Street” radio coverage is also required for the area within the red line. Given that 20 dB in-building is the Baseline coverage requirement, it is expected that “On-Street” portable coverage will be addressed by the baseline system design. Proposers shall also include On-Street radio coverage analyses for portable radios as well.

RCC CONSULTANTS, INC. 30

PAGE 99 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

3.3.3

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Coverage Performance

For the baseline coverage requirement of 20 dB in-building, coverage into structures does not include stairwells, basements, underground or partially underground structures, or structures that have special shielding from radio frequency signals. However, there are specific buildings where coverage is required in these areas.

3.4

Portable Coverage within Specific Buildings:

3.4.1

In-Building Coverage – Specific Buildings

1. In-building portable radio coverage is necessary within the 37 facilities listed in the Tables below. These buildings will be tested separately. Each of these buildings shall have a minimum DAQ 3.4 for 95% of its test locations. 2. It is important to note that each listed building may encompass more than one structure. For example, an unattached parking garage is a separate structure from the building with which it is associated. A school campus may have many discreet unattached structures. In general, multiple structures that are attached shall be treated as one building. If there are multiple structures within a given Specific Building property that are detached, then the 95% requirement shall be treated independently for each “structure.” Using the school campus example, vendors shall not be allowed to “completely fail” one building, while making up for it by adding in the remaining buildings on that campus. Coverage is required within all areas of each specific building including basements, parking garages, and stairwells. 3. As part of proposal development, proposers are expected to evaluate each facility to determine whether the building is provided with the required coverage reliability solely by the proposed radio system infrastructure, or will require supplemental methods to provide the required reliability. Proposers shall not propose vehicular repeater systems or other similar systems to extend tactical on-scene radio coverage into heavy structures. 4. Proposers shall provide a summary table of their analyses, stating whether or not a supplemental coverage method is being proposed for each location and the method being employed (BDA, DAS, etc.). Proposers shall also provide costs individually for any supplemental coverage methods in their Pricing Proposal. Detailed information on how the buildings listed in the following tables will be Acceptance Tested may be found later in this section. Table 3.4.1A - Specific Buildings in Garland Reference # 1 2 3 4 5 6 7 8 9 10

Facility Garland Public Safety Center Baylor Hospital of Garland Fire Administration / Training Duckworth Utility Services Building Curtis Culwell Special Events Center Department of Public Safety Sundance Psychiatric / Behavioral Health Hospital Garland Police Station Garland Detention Center (Jail) Garland City Hall

RCC CONSULTANTS, INC. 30

Facility Address 1900 W State Street 2300 Marie Curie 1500 Highway 66 217 N. Fifth Street 4999 Naaman Forest Blvd 402 West Interstate 30 2692 W. Walnut 1891 Forest Lane 1900 W State Street 200 N. Fifth Street

PAGE 100 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 3.4.1A - Specific Buildings in Garland Reference # 11 12

Facility

Facility Address

Garland Municipal Court 1791 W. Avenue B Garland Water Pumping Station (Police 3217 Apollo Road & Fire 911 Communications Center – Back-up) Table 3.4.1B - Specific Buildings in Mesquite

Reference # 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

Facility Mesquite Public Safety Center Christian Care Center Town East Mall Eastfield College (All Buildings) Dallas Regional Medical Center Poteet High School West Mesquite High School Agnew Middle School Berry Middle School Kimbrough Middle School McDonald Middle School A.C. New Middle School Terry Middle School Vanston Middle School Wilkinson Middle School John Horn High School Mesquite High School North Mesquite High School Learning Center

Facility Address 757 No. Galloway 1000 Wiggins Parkway 2063 Town East Mall 3737 Motley Drive 1011 N. Galloway 3300 Poteet Drive 2500 Memorial Parkway 729 Wilkinson 2675 Bear Drive 3900 North Galloway 2930 Town East Boulevard 3700 S. Beltline Road 2351 Edwards Church Road 3230 Karla Drive 2100 Crest Park 3300 E. Cartwright Road 300 East Davis Street 18201 LBJ Freeway 230 Pioneer

Table 3.4.1C - Specific Buildings in Rowlett Reference # 32 33 34

Facility Rowlett Public Safety Building Lake Pointe Medical Center Rowlett High School

Facility Address 4401 Rowlett Road 6800 Scenic Dr 4700 Pres. George Bush Highway

Table 3.4.1D - Specific Buildings in Sachse Reference # 35 36 37

Facility Sachse City Hall / Police Department Sachse High School New Hospital – Sachse Regional Medical Center (future)

RCC CONSULTANTS, INC. 30

Facility Address 3815 Sachse Road 3901 Miles Road Miles Road and President George Bush Turnpike

PAGE 101 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

3.5 3.5.1

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Radio Coverage Analyses Introduction

Radio system coverage prediction maps shall be produced through the use of a radio wave propagation model which has been developed on the basis of theoretical and empirical data, and which will take into account channel bandwidth, modulation schemes, delivered audio quality, coverage reliability, terrain irregularity, foliage, land use/land cover, building penetration losses, RF noise, and long and short-term signal variations. The model used for the purposes of the coverage prediction process shall be identified in the proposal, and the rationale for system gains and losses used must be provided. A table of system coverage parameters such as gains and losses utilized in each propagation analysis must be provided. A terrain database with a minimum of 3 arc-seconds of resolution is required and the terrain data model used in the coverage analyses must be identified. The propagation analyses system must utilize both vertical and horizontal antenna patterns. The result of the analyses will be a set of radio coverage maps, which shall follow the criteria outlined below. 3.5.2

Radio Coverage Maps to be Provided

1. The following coverage maps shall be provided as part of the proposal. All maps shall depict worst case scenario (talkout versus talkback). All RF coverage maps shall be provided in both printed and electronic formats. a. Portable On-Street for Project 25 Phase 2 b. Portable in 10 dB Building for Project 25 Phase 2 c. Portable in 20 dB Building for Project 25 Phase 2 d. Portable in 30 dB Building for Project 25 Phase 2 2. Portable radio coverage maps provided in the proposal shall illustrate the full extent of the radio coverage footprint(s) derived from the proposed system including any portion that extends beyond the town and city boundaries as depicted in this RFP. Coverage maps that abruptly stop at the service area border are not acceptable. Each of the radio system users often travel outside their normal service area for mutual aid and other interoperable communication reasons and an understanding of the potential extent of this coverage is required. Radio coverage that extends outside of the defined boundaries will not be included in the Radio Coverage Acceptance testing. 3. The borders of individual cities, as well as the “red line” boundary, shall be clearly shown on any coverage map produced and presented in the Proposal. Use of ESRI Arc View shape files shall be used as the basis of the borders and are readily available to the Proposers from multiple online services. All coverage maps included in the Proposer’s response shall be printed on paper such that the printed scale for the maps has a minimum resolution of 1” = 4 Miles. 3.5.3

Coverage Map Requirements

Each coverage map shall include a legend with the following information, (alternately this information can be on an accompanying “parameter” cover sheet that clearly references the particular map.) 1. Type of coverage displayed on the individual map: a. Portable on the street RCC CONSULTANTS, INC. 30

PAGE 102 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

b. Portable in 10 dB buildings, c. Portable in 20 dB buildings, d. Portable in 30 dB buildings 2. Location and height of the antenna a. Portable radio (radio and antenna at belt level at 3 feet AGL) b. Type of portable carrying device (belt clip) 3. Area Reliability % 4. Delivered Audio Quality (DAQ) 5. System Type a. Digital Project 25 Phase 2 6. RF signal levels range in dBm corresponding to the coverage colors displayed on the map a. Green – Portable coverage on the street b. Blue – Portable coverage Inside standard structures, up to 10 dB penetration loss c. Red – Portable coverage Inside heavy structures, up to 20 dB penetration loss d. Yellow – Portable coverage Inside heavy structures, up to 30 dB penetration loss 7. For each coverage type (On-Street, 10 dB, 20 dB, 30 dB), Proposers shall state how many square miles of 95% reliable coverage is provided within the participating agency’s “red line” Service Area Boundary. Coverage outside of the Service Area Boundary shall not be included in these numbers. 3.5.4

Land Use/Land Cover Data

A separate map exhibit must be provided showing the land use/land cover (LULC) data used for this project. The source and publication date of the LULC database must be provided. The latest available data is preferred along with a color land use map showing where each use category was used. A table that describes each use category and lists the dB loss value associated with it shall accompany this map. 3.5.5

Simulcast Time Delay Interference

All coverage maps must account for (display) any harmful time delay interference (TDI) that may occur in the proposed system configuration if such interference falls within the coverage footprint shown on the map. This means that forecasted areas of TDI must be clearly shown on the coverage maps in (grey) or be shown as “non-covered” areas. Additionally, a separate TDI map shall be provided solely depicting areas with potential TDI in (grey). 3.5.6

Quantity of Coverage Maps

Maps shall be provided for the composite simulcast system only. Individual simulcast repeater site maps are not required.

RCC CONSULTANTS, INC. 30

PAGE 103 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

3.6 3.6.1

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Overview of Radio Coverage Testing Processes Introduction

Coverage testing shall be conducted as part of the System Acceptance Testing process to verify that the appropriate levels of coverage performance have been provided for the P25 trunked simulcast radio system. The following two parameters shall be used throughout the DAQ testing: 1. All DAQ tests shall be performed in the "Project 25 Phase 2" mode of operation. 2. All DAQ tests shall be performed in the "encrypted" mode. 3.6.2

Radio Coverage Testing Timeline

As part of the response to these requirements, the Proposer shall provide a projected timeline giving the expected duration of the coverage acceptance test. The Proposer shall include all elements of the testing program from set-up and calibration to the presentation of the final data. Each major task shall be denoted and a time assigned to the task along with the personnel requirements. 3.6.3

Coverage Testing Pricing

The Proposer shall quote a price for the radio coverage acceptance testing as a separate part of the pricing proposal. The pricing shall be segmented as follows: 1. Portable On-Street / Random Building coverage testing 2. Specific Building coverage testing 3. Outbound Signal Level and Bit Error Rate testing 3.6.4

Equipment Preparation and Documentation

1. All mobile and portable radios supplied by the Contractor shall be from the stock to be supplied to the participating agencies. The Contractor shall present the design for all test instrumentation to the participating agencies for approval prior to starting the test. The participating agencies and its consultants reserve the right to disapprove any instrumentation or procedures that do not comply with contractual requirements or that do not provide valid test results. The Contractor has sole responsibility to provide instrumentation and procedures that are acceptable. During these tests, no adjustments shall be made to the repeaters, mobile units, portable units, or test instrumentation without the participating agency’s approval in writing once the participating agencies have observed appropriate calibration of all units. 2. The radio coverage testing process will not begin until the P25 trunked simulcast radio system infrastructure has been properly installed, tested, and fully optimized. At a minimum, the following items must be tested/measured by the Contractor prior to the initiation of radio coverage testing. a. Repeater / transmitter output power and deviation for each channel b. Effective receiver sensitivity for each channel c. Transmit and receive frequency noise floor sweeps for each channel to identify harmful interference prior to the test

RCC CONSULTANTS, INC. 30

PAGE 104 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

d. Repeater antenna time delay reflectometry (TDR), VSWR and return loss sweeps for each antenna e. Measured insertion loss for the entire repeater transmit and receive path from each repeater to the associated transmit and receive antennas f.

Noise Floor for each channel on each site

g. Current certification of test equipment calibration for all equipment used to verify system performance 3. The Contractor shall keep thorough records during the equipment testing process and shall provide a permanent record of the testing results to the participating agencies and the consultant. Prior to initiation of coverage testing, the Contractor shall provide a written statement to the participating agencies that the infrastructure is ready for coverage testing. 4. Once the CATP begins, the Contractor shall notify the participating agencies for consent and scheduling of any work to be performed on the system’s infrastructure. System modifications such as replacement or reorientation of base station antennas or other factors that impact radio coverage, including software roaming parameters, shall not be changed without the participating agency’s written approval. If such changes are approved, the participating agencies reserve the right to proclaim that a portion or all of the affected areas be retested. 5. The Contractor shall record and track the make, model, and serial numbers of all radio equipment used during the radio coverage testing process. This documentation shall include the versions of software and settings programmed into each of the radios, along with the type of battery used for testing purposes. 6. The Contractor will devise a plan to ensure that well-charged portable batteries are used during all testing. 3.6.5

20 dB Attenuated Portable Radios

The Contractor shall prepare a minimum of five portable radios, the same model series as those procured, with 20 dB of attenuation for both transmit and receive. The Proposer shall describe their method for preparing these attenuated portable radios. The application of these radios to the coverage test is described later in this section. 3.6.6

Test Teams and Configurations

1. The coverage testing will be staffed with a number of Dispatch teams located at one of the dispatch centers, and a number of Field teams in vehicles. Participating agencies will provide staff for the coverage test teams (Dispatch and Field). Proposers in their response shall state the number of test teams required to complete the testing in the time allotted in their schedule for coverage testing. Each Field team will utilize an iPad or tablet computer for recording test results for all test calls. The Contractor shall provide the iPads. 2. Each Dispatch team will be assigned a unique trunked talkgroup and will support two Field teams. The Field test teams will be equipped with digital camcorders (provided by the participating agencies) to record the testing process. Representatives of the participating agencies will operate and maintain the camcorders during the testing. The Contractor team will operate and maintain the iPad based record sheets. The test teams shall be staffed as follows:

RCC CONSULTANTS, INC. 30

PAGE 105 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

a. Dispatcher Teams: Half of the Dispatch teams will be equipped with a dispatch console. The second half of the Dispatch teams will be equipped with a portable radio (for portable-to-portable test calls). Each Dispatcher team will consist of: 1) Dispatcher - Agency employee or representative, performs DAQ grading. 2) Test Monitor - Provided by Contractor, performs DAQ grading. 3) Test Monitor - Third party, such as the City’s consultant b. Field Teams: Each Field team will be equipped with a portable radio. Each Field team will consist of: 1) Driver - Agency employee or representative performs DAQ grading. 2) Test Monitor - Provided by Contractor, performs DAQ grading. 3) Test Monitor - Third party, such as the City’s consultant c. The Field teams will record all test results, including the grading given by the Dispatch teams. 3.6.7

Service Area Gridding

1. The P25 trunked simulcast radio system Service Area to be tested is the area described earlier in this section. For test purposes, this area shall be divided into approximately 3550, ¼ mile square grids. 2. The Contractor shall test coverage in all accessible grids. Grids that cannot be accessed will not be counted in the reliability calculation. The participating agencies may elect to pass certain grids if it is obvious that they are adequately covered. All accessible grids intersecting or contained within the defined coverage area will be tested. 3. The participating agencies shall have the ability to assert during the coverage test that additional testing be performed in inaccessible grids that cover areas of particular interest to the participating agencies. These agencies shall arrange for permission and escorts to enter such facilities. 3.6.8

Tests to be Performed in Each Grid

The P25 trunked simulcast radio system coverage test will consist of the following tests in each grid. All tests will be split between the Dispatch teams assigned to dispatch consoles and Dispatch teams assigned to portable radios. 1. Portable On-Street Audio Quality: Portable On-Street inbound and outbound Delivered Audio Quality (DAQ) tests shall be performed throughout the Service Area. For any given grid, both the inbound and outbound call must pass for the grid to pass. The pass/fail criteria shall be DAQ 3.4 and 95% area reliability. 2. Portable in Random Buildings Audio Quality: In order to confirm the Proposer’s design for 20dB in-building coverage, portable inbound and outbound Delivered Audio Quality (DAQ) tests shall be performed in Random Buildings throughout the Service Area. For any given test point, both the inbound and outbound call must pass for the test point to pass. The pass/fail criteria shall be DAQ 3.4 and 95% of all buildings tested, and 95% of the areas in each building. In-Building coverage is extremely important to the participating agencies. Accordingly, the agencies have developed a list of buildings (see tables below), all of which

RCC CONSULTANTS, INC. 30

PAGE 106 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

will be tested as part of the Random Building test. The procedures for testing these buildings as well as other elements of the Random Building test procedures are described in Section 3.6.10 below. Table 3.6A - Random Buildings Reference # 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39

Facility

Random Buildings in Garland Chambrel Senior Living Center 1245 Colonel Drive Bank Building Glenbrook and Avenue B Garland Parks Operation 525 Tower Street Newman Power Plant 525 East Avenue B Cisneros Prekindergarten School 2826 Fifth Street Parsons Prekindergarten School 2202 Richoak Drive Abbott Elementary School 730 W. Muirfield Dr Beaver Tech Center for Math & 3232 March Ln Science Bradfield Elementary School 3817 Bucknell Dr Bullock Elementary School 3909 Edgewood Drive Caldwell Elementary School 3400 Saturn Road Carver Elementary School 2200 Wynn Joyce Centerville Elementary School 600 Keen Road Vial Elementary School 126 Creekview Drive Club Hill Elementary School 1330 Colonel Drive Cooper Elementary School 1200 Kingsbridge Drive Couch Elementary School 4349 Waterhouse Boulevard Daugherty Elementary School 500 W. Miller Road Davis Elementary School 1621 McCallum Drive Ethridge Elementary School 2301 Sam Houston Drive Freeman Elementary School 1220 Walnut Street Golden Meadows Elementary School 1726 Travis Street Handley Elementary School 3725 Broadway Boulevard Heather Glen Elementary School 5119 Heather Glen Drive Herfurth Elementary School 7500 Miller Road Hickman Elementary School 3114 Pinewood Drive Hillside Academy for Excellence 2014 Dairy Road Kimberlin Academy for Excellence 1520 Cumberland Road Lister Elementary School 3131 Mars Drive Luna Elementary School 1050 Lochness Lane Montclair Elementary School 5200 Broadmoor Drive Northlake Elementary School 1626 Bosque Drive Park Crest Elementary School 2232 Parkcrest Drive Roach Elementary School 1811 Mayfield Avenue Shorehaven Elementary School 600 Shorehaven Drive Shugart Elementary School 4726 Rosehill Road Southgate Elementary School 1115 Mayfield Avenue Spring Creek Elementary School 1510 Spring Creek Drive Toler Elementary School 3520 Guthrie Road

RCC CONSULTANTS, INC. 30

Facility Address

PAGE 107 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 3.6A - Random Buildings Reference # 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82

Facility Walnut Glen Academy for Excellence Watson Tech Center for Math & Science Weaver Elementary School Williams Elementary School Austin Academy for Excellence Bussey Middle School Brandenburg Middle School Houston Middle School Jackson Tech Center for Math & Science Lyles Middle School O'Banion Middle School Sellers Middle School Webb Middle School Garland High School Lakeview Centennial High School Memorial Pathway Academy Naaman Forest High School North Garland High School South Garland High School Cooperative Behavior Center GISD Alternative Education Center Warren School Agricultural Training Center Curtis Culwell Center Harris Hill Administration Building Padgett Auxiliary Services Center Print Shop, Risk Management Shugart Professional Development Center Student Services Center Tax Office Technology Center Transition Learning Center Transportation International Leadership of Texas Brighter Horizons Academy Remington College Amberton University Richland College – Garland Campus US Food Service Chase Bank Building Verizon Building Bass Pro Shop Wal-Mart

RCC CONSULTANTS, INC. 30

Facility Address 3101 Edgewood Drive 2601 Dairy Road 805 Pleasant Valley Road 1821 Old Gate Lane 1125 Beverly Drive 1204 Travis Street 626 Nickens Road 2232 Sussex Drive 1310 Bobbie Lane 4655 S. Country Club Road 700 Birchwood Drive 1009 Mars Drive 1610 Spring Creek Drive 310 S. Garland Avenue 3505 Hayman Drive 2825 S. First Street 4843 Naaman Forest Boulevard 2109 Buckingham Road 600 Colonel Drive 221 S. Ninth Street 2015 S. Country Club Drive 2625 Anita Drive 2210 Pleasant Valley Road 4999 Naaman Forest Boulevard 501 S. Jupiter Road 701 N. First Street 414 Stadium Drive 870 W. Buckingham Road 720 Stadium Drive 901 State Street 410 Stadium Drive 901 State St, Suite B 326 Stadium Drive 3301 N Shiloh Rd 3145 Medical Plaza Dr 1810 Eastgate Drive 1700 Eastgate drive 675 W. Walnut St. 950 S. Shiloh 3200 Broadway Blvd 2830 S. First 5001 Bass Pro Dr 801 Marketplace PAGE 108 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 3.6A - Random Buildings Reference #

Facility

83

Winters Park Nursing & Rehabilitation Center

3737 N Garland Ave

84

Winters Park Assisted Living and Memory Care

3450 Wagon Wheel Rd

85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124

Random Buildings in Mesquite Mesquite Community Hospital 3500 IH30 Mesquite Municipal Center 1515 N. Galloway Achziger Elementary 3300 Ridge Ranch Road Austin Elementary 3020 Poteet Drive Beasley Elementary 919 Green Canyon Black Elementary 328 E. Newsome Road Cannaday Elementary 2701 Chisolm Trail Florence Elementary 4621 Gleneagle Floyd Elementary 3025 Hickory Tree Road Galloway Elementary 200 Clary Drive Gentry Elementary 1901 Twin Oaks Drive Gray Elementary 3500 Pioneer Road Hanby Elementary 912 Cascade Street Hodges Elementary 14401 Spring Oaks Drive Kimball Elementary 4010 Coryell Way Lawrence Elementary 3811 Richman Mackey Elementary 14900 North Spring Ridge Circle McKenzie Elementary 3535 Stephens Green McWhorter Elementary 1700 Hickory Tree Moss Elementary 1208 New Market Motley Elementary 3719 Moon Drive Pirrung Elementary 1500 Creek Valley Porter Elementary 517 Via Avenida Price Elementary 630 Stroud Lane Range Elementary 2600 Bamboo Rugel Elementary 2701 Sybil Drive Rutherford Elementary 1607 Sierra Seabourn Elementary 2300 Sandy Lane Shands Elementary 4836 Shands Drive Shaw Elementary 707 Purple Sage Smith Elementary 2300 Mesquite Valley Road Thompson Elementary 2525 Helen Lane Tisinger Elementary 1701 Hillcrest Street Tosch Elementary 2424 Larchmont Administration Building (A & B) 405 East Davis Street Administrative Annex 329 East Davis Street Florence Annex 105 Florence Street L.A. Berry Support Complex 2133 North Belt Line Road Mesquite Academy: AEC of Choice 2704 Motley Drive Professional Development Center 2600 Motley Drive

RCC CONSULTANTS, INC. 30

Facility Address

PAGE 109 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 3.6A - Random Buildings Reference # 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 152 153 3.6.9

Facility

Facility Address

Service Center 800 East Kearney Student Support Center 714 East Kimbrough Technology Excellence Center 612 East Davis Mesquite Rodeo 1818 Rodeo Dr Random Buildings in Rowlett Back Elementary School 7300 Bluebonnet Dr Dorsey Elementary School 6200 Dexham Road Herfurth Elementary School 7500 Miller Road Keeley Elementary School 8700 Liberty Grove Road Liberty Grove Elementary School 10201 Liberty Grove Pearson Elementary School 5201 Nita Pearson Drive Rowlett Elementary School 3315 Carla Drive Steadham Elementary School 6200 Danridge Road Stephens Elementary School 3700 Cheyenne Drive Cullins Lakepointe Elementary 5701 Scenic Dr Coyle Middle School 4500 Skyline Drive Schrade Middle School 6201 Danridge Road Fire Station #1 3900 Miller Road Fire Station #2 5100 Dalrock Road Fire Station #3 8000 Princeton Road Fire Station #4 6800 Rowlett Road Wal-Mart 2501 Lakeview Pkwy Target 4701 Lakeview Pkwy Random Buildings in Sachse Agricultural Center 6101 Ben Rd New Wal-Mart (future) 8015 Woodbridge Pkwy New Wal-Mart (future) 6750 Murphy Rd Armstrong Elementary School 4750 Ben Davis Sewell Elementary School 4400 Hudson Drive Whitt Elementary School 7520 Woodcreek Way Hudson Middle School 4405 Hudson Drive

Mobile Outbound Signal Level and Bit Error Rate

Mobile outbound Signal Strength and Bit Error rate (BER) testing shall also be performed throughout the Service Area for informational purposes and will not have a pass/fail criteria. A complete description of the testing instrumentation shall be provided in the Proposer’s proposal. Additionally, the Proposer shall indicate what type of signaling is being used for the talk-out BER signal test and its origin (generating source). At the minimum, the signal level testing shall be done with automated test instrumentation installed in the vehicle. The test package shall automatically record the position of the test vehicle (by means of GPS positioning) at the time of a reading, and record the signal strength/BER. The signal shall be measured in such a manner to allow for at least 500 signal samples to be taken over 40 wavelengths for each test grid, with the sampling rate adjusted for the vehicle’s speed. The mobile antenna for the test package shall be a quarter-wave antenna with magnetic mount and shall be mounted on the trunk deck of the vehicle.

RCC CONSULTANTS, INC. 30

PAGE 110 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

3.6.10

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Tests to be Performed in Specific Buildings

1. Portable inbound and outbound Delivered Audio Quality (DAQ) tests shall be performed throughout the Specific Buildings listed in the Specific Buildings tables above. For any building listed that is actually multiple unattached structures (a campus, parking garage, etc.), all structures in the location shall be tested, and the 95% requirement shall be treated independently for each “structure.” 2. The pass/fail criteria for these buildings shall be successful communications with a minimum DAQ 3.4 for 100% of all buildings (structures) tested, and 95% of each building’s (structures) test locations. The Specific Buildings coverage is deemed to meet the coverage requirements if all of the Specific Buildings are scored as pass. 3.6.11

Test Procedures

1. Test Calls: a. Upon entering each grid, test calls are placed to and from Dispatch teams and Field teams for each of the tests. The field team test message shall consist of identification of the location being tested, as well as a short message representative of typical public safety call durations (approximately 8-15 words from a periodical or magazine.). The test message response from the dispatch team will consist of 8 – 15 words from a periodical or magazine. b. Each successful test point must deliver audio quality of at least DAQ 3.4 both in the inbound and in the outbound directions. For any given test point, both the inbound and outbound call must pass for the test point to pass. A failure in either the inbound or outbound direction will constitute a failed test call, subject to a test retry. 2. Portable on Street and Random Buildings Test Procedures As part of test preparation, the Contractor will document the grid numbers in which each of the buildings listed in Tables 3.6A fall. Upon entering a grid, the Field Team will: a. Determine if a building listed in Table 3.6A is contained within the grid. If yes, then that will be the Random Building selected for the grid. b. If the grid does not contain a building listed in Table 3.6A, then the team will locate a Random Building that is consistent with the characterizations given in Table 3.6B below for the 20 dB Random Building category. c. If the grid does not contain a building listed in Table 3.6A and there is not a 20 dB category building in a grid, then the team shall attempt to locate a 10dB category building in which to perform the test. Teams shall avoid testing in buildings like those characterized in the 30 dB category. d. If no Random Building can be found by the test team for a grid, then the test team shall perform an inbound and outbound Audio Quality test using the “20 dB Attenuated Portable Radio” and record the results. This test will then serve as the Random Building test for that grid.

RCC CONSULTANTS, INC. 30

PAGE 111 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 3.6B – Random Building Characteristics Building Category Random Buildings with 10 dB or less of loss

Random Buildings with 20 dB or less of loss

Random Buildings with 30 dB or less of loss

Examples of Buildings Convenience store Valero, Shell, Chevron, etc. gas station Strip Center with large windows Restaurant with large windows Strip Center with no windows Multi-story building with windows Middle & Elementary Schools Bank Building Home Depot, Lowes, Walmart Multi-story building with small or few windows Mall Department store Multi-story Hospital Large concrete or heavily constructed building

e. The Field Team will first perform the Portable On-Street Audio Quality test outside of the selected random building, and then proceed to perform the Portable in Random Building Audio Quality test. Upon entering the Random Building, the testing will be conducted as described in Table 3.6C below: Table 3.6C - Random Building Test Procedure The building’s lowest indoor floor that is completely above ground level will be tested. Test points will include at least one point at each of the furthermost accessible locations in the four corners, and one in the center of the floor. Beyond the initial five test points, additional test points evenly distributed throughout the floor shall be tested so that there is no more than 100 foot spacing between test points. The results of each test point shall be recorded separately and may utilize a retry if necessary as described below. All test locations will be above ground level. x If more than 5% of the test points fail, then the building will be more thoroughly tested by performing a test with minimum of 20 test points, evenly spread throughout the first floor, following a 50 foot spacing guideline. If more than 5% of the test points still fail, then additional test points may be performed on each floor, If the more thorough test results in an overall failure rate of more than 5% (2/20, 2/30, 3/40, etc.), then the Random Building is scored a fail. f.

If any building listed in Table 3.6A has multiple unattached structures (a campus, parking garage, etc.), all structures in the location shall be tested, and the 95% requirement shall be treated “collectively” for all structures, resulting in one pass/fail record for that Random Building.

g. If there is more than one building listed in Table 3.6A contained within a grid, then all will be tested as part of the Random Building test process. However, only the building closest to the center of the grid will count in the pass/fail calculation. The other building(s) will be tested and results presented for informational purposes only so the agencies are aware if any coverage issues exist within these facilities.

RCC CONSULTANTS, INC. 30

PAGE 112 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

h. Any Random Building test points that fail must be recorded with a location description sufficient to go back to that same failed point at a later date. 3. Specific Buildings Test Procedures a. Upon entering the Specific Building, the testing will be conducted as described in Table 3.6D below. Test points shall include all areas of the building. Basements, multi-level basements, stairwells, and parking garages will all be included as test locations. b. The participating agencies may pass a building prior to completion of its testing if it is obvious that the building is adequately covered. Table 3.6D - Specific Building Test Procedure The 37 buildings listed as “Specific Buildings” shall be tested for 95% reliability. Valid test points shall include all areas of the building. The building’s lowest two floors (even if one or both are basements or parking garages) will be tested. Each floor shall have at least 20 test points, with at least one point at each of the furthermost accessible locations in the four corners. Beyond the initial twenty test points, additional test points evenly distributed throughout each floor shall be tested so that there is no more than 50 foot spacing between test points. Elevators, basements, and stairwells must also be included as test locations. Parking garages, if part of the Specific Building property, shall also be tested. The results of each test point shall be recorded separately and may utilize a retry if necessary as described below. If after testing the lower two floors for any specific building (or group of attached buildings), there are more than 5% test point failures, a more thorough test will be required. At this time the next floor, moving up, will be tested following the same test point procedures. If more than 5% of the cumulative test points on the last two floors still fail, then the next floor, moving up, will be tested. This process of moving up and testing additional floors will continue until: The cumulative failures are 5% or less - or - All floors have been tested 4. Test Retry a. Each portable failed radio test point will be allowed a retry. In the event that the first OnStreet, Random Building, or Specific Building test point is unsuccessful, the Field team will be permitted a second (final) attempt, within five (5) feet from the previous test. If the final attempt to communicate fails (no access or audio quality below DAQ 3.4), that test location will be deemed a failure. A successful final attempt will be considered a successful retry. b. If a test team realizes that a particular voice test was unsuccessful due to operator error (i.e. volume set too low, not speaking into microphone, on wrong talkgroup, etc.), then the test team will correct the operator error and perform the test again. Such an occurrence would not be counted as a retry. c. All retries will be counted. The number of successful retries counted as a “pass” may constitute no more than 5% of the test grids for any of the DAQ tests. 5. Test Grading

RCC CONSULTANTS, INC. 30

PAGE 113 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

a. There will be two DAQ graders for each Dispatcher team and two for each Field team, one from the City and one from the vendor. The third party representative is observing and recording the testing with a camcorder, as well as serving as a test monitor. The Contractor is serving as the record keeper and navigator. If both graders agree that the voice quality does not meet the defined DAQ 3.4 criteria, then that test location fails, and a retry shall commence. All test grading shall be recorded on templates devised for the iPads. Upon making an entry, recorded results will be cross-checked by a different team member. b. If a DAQ score differs between the two testers on the same test team and results in a failing score from only one tester, then the third party representative will cast a decisive vote. 6. Daily Data Collection At the end of each test day, the Contractor shall provide a copy of all recorded test data (i.e., iPad Files and raw data), to the participating agencies or their representative. Any special software (software not commercially available) required to read the test results shall be provided to the participating agencies. 3.6.12

Protection from Excessive Grid Failures in a Particular Area

1. It is unacceptable to the participating agencies to implement a radio system that has an unusually high number of failed grids within a particular area, while still meeting the overall coverage reliability goals. Proposers shall devise and include in their responses a methodology and plan of ensuring that the participating agencies are protected from the scenario of having an unusually high number of failed grids within a particular area. One such methodology that has been accepted and effective in the past is some adaptation of the “Supergrid” concept. 2. If during the process of performing the coverage test, the test management team determines there are an unusually high number of failed grids within a specific vicinity, then the test management team shall halt testing in that area and attempt to diagnose the issue for potential radio system infrastructure problems, portable radio issues, etc. 3.6.13

Results Preparation

1. After all testing has been completed; the Contractor will evaluate the test results by compiling all of the data gathered for each test scenario. The Contractor will provide a summary of the test results and the extent to which the following were successful: a. A minimum of 95% of grids passed the Portable On-Street Audio Quality inbound and outbound tests with a DAQ of 3.4 or higher. b. A minimum of 95% of Random Buildings evaluated passed, with 95% of each building's inbound and outbound test locations having a DAQ of 3.4 or higher. The results of grids without a Random Building that utilized the “20 dB Attenuated Portable Radio” will also be included in this calculation. If the Random Building test reliability does not meet the 95% reliability requirement, the Contractor shall have the ability to conduct alternate tests for any failed Random Buildings utilizing the “20 dB Attenuated Portable Radio” to perform inbound and outbound Audio Quality testing. In this case, one location will be selected near the building at which to perform the test. The results of this alternate test will then replace the failed Random Building test. c. For the 37 Specific Buildings, 95% of each building's (or each structure, if a Specific Building has multiple unattached structures) test locations passed with a DAQ of 3.4 or higher.

RCC CONSULTANTS, INC. 30

PAGE 114 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

2. The Contractor will also provide the participating agencies with Mobile Outbound Signal Level and Bit Error Rate test results for informational purposes for all accessible grids in the Service Area. The formula for calculating Area Reliability for each test configuration shall be as follows:

3.7

Use of Existing Sites

The Cities of Garland and Mesquite each have existing trunked radio systems and multiple tower sites. Participating agencies would like to re-use existing site components such as radio towers, equipment shelters, and back-up power systems to the extent possible. It is understood that Proposers will be providing a coverage guarantee so the use of these existing sites is not mandatory, but preferred. In the event that the preferred sites are not suitable for the Proposer’s design, nonpreferred sites may be utilized. A list of “Possible Future Sites” is also included below that may be utilized if needed. Sites that are not listed may be utilized if necessitated by the Proposer’s design, however this would be undesirable. The following tables provide specific information about each of these sites that should be considered as “preferred”. For new sites, location information has been provided. 3.7.1

Existing Sites

Table 3.7.1A – Rowlett Road Radio Tower Site (Garland)* Tower Site Owner: Dallas County Latitude: 32-51-02.5 N Longitude: 96-35-30.3 W Structure Height: 470’ Ground Elevation: 153 m ASR Number 1247952 Site Address on ASR: 715 Rowlett Road, Garland TX, 75042 Tower Type: Self Supported Equipment Shelter Type: Oldcastle Pre-fabricated concrete (2006) Back-up Power Generac 70 KW Single Phase (2006) UPS Liebert Infinity 10KVA HVAC Type Marvair Lead-Lag Dual HVAC system *This site includes a radio tower that is owned by the City of Garland on Dallas County-owned land. The equipment shelter consists of a dual equipment room with separate back-up power systems. The site was constructed in 2006. Table 3.7.1B – Commerce Street Water Tower Site (Garland)* Tower Site Owner: City of Garland Latitude: 32-54-34.6 N Longitude: 96-36-44.3 W Structure Height: 225’ Ground Elevation: 152.4 m ASR Number 1273219 Site Address on ASR: 1348 Commerce Street, Garland TX, 75042 Tower Type: Water Tower Equipment Shelter Type: Custom Built Shelter inside Base of Water Tower Back-up Power Generac 70 KW Single Phase UPS Liebert Infinity 10KVA

RCC CONSULTANTS, INC. 30

PAGE 115 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

HVAC Type

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 3.7.1B – Commerce Street Water Tower Site (Garland)* Marvair “Scholar III” Dual HVAC system

*This site was the newest site added to the current 3-site simulcast system. The equipment shelter has been constructed within the base of the water. The site was placed into service in 2010. Table 3.7.1C – Service Center Tower Site (Mesquite)* Tower Site Owner: City of Mesquite Latitude: 32-46-07.0 N Longitude: 96-35-10.9 W Structure Height: 270’ Ground Elevation: 508’ ASR Number 1062670 Site Address on ASR: 1101 E. Main Street, Mesquite TX, 75149 Tower Type: Free Standing Structure Equipment Shelter Type: Pre-Formed Concrete Building Cummins Generator, Onan Transfer Switch, Eaton Back-up Power Powerware™ UPS HVAC Type Wall-mounted single unit *This one of the original sites implemented in Mesquite’s single site (with redundant back-up) system. 3.7.2

Possible Future Sites

Site Owner: Latitude: Longitude: Ground Elevation: Site Address:

Table 3.7.2A – Potential Tower Site #1 (Garland) City of Garland 32:54:37.2 N 96:39:39.8 W 584’ Near Garland Water Department – 2300 Block of Forest Lane

Tower Site Owner: Latitude: Longitude: Ground Elevation: Site Address:

Table 3.7.2B – Potential Tower Site #2 (Garland) City of Garland 32:52:15.50 N 96:39:46.13 W 593’ Corner of Leon and McCree – Future Water Tower Site

Tower Site Owner: Latitude: Longitude: Ground Elevation: Site Address:

Table 3.7.2C – Potential Tower Site #3 (Garland) City of Garland 32:57:30.6 N 96:36:50.0 W 475’ Corner of Lavon Drive & Firewheel Parkway – GP&L Ben Davis Sub-Station

RCC CONSULTANTS, INC. 30

PAGE 116 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Tower Site Owner: Latitude: Longitude: Ground Elevation: Site Address:

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 3.7.2D – Potential Tower Site #4 (Garland) City of Garland 32:58:50.30 N 96:38:21.30 W 502’ Near Garland Ave & Campbell Rd – GP&L Firewheel SubStation, Firewheel Water Tanks

Tower Site Owner: Latitude: Longitude: Ground Elevation: Site Address:

Table 3.7.2E – Potential Tower Site #5 (Garland) City of Garland 32:59:00.80 N 96:39:23.80 W 540’ Near the Intersection of Telecom and Lookout Drive

Tower Site Owner: Latitude: Longitude: Ground Elevation: Site Address:

Table 3.7.2IF – Potential Tower Site #6 (Garland) City of Garland 32:58:02.36 N 96:37:09.30 W 498’ Fire Station 10 - 1556 Providence Road

Table 3.7.2G – New Rowlett Fire Station Tower Site (Rowlett) Tower Site Owner: City of Rowlett Latitude: 32:53:57.200 N Longitude: 96:31:14.200 W Ground Elevation: 472’ Site Address: 8300 Block of Schrade Road Table 3.7.2H – New Town East Water Tower Site (Mesquite)* Tower Site Owner: City of Mesquite Latitude: 32:48:32.984 N Longitude: 96:37:05.909 W Ground Elevation: 535’ Site Address: 3200 Block of Towne Center Drive Table 3.7.2I – New McKenzie Water Tower Site (Mesquite)* Tower Site Owner: City of Mesquite Latitude: 32:42:25.096 N Longitude: 96:34:19.446 W Ground Elevation: 456’ Site Address: 3035 McKenzie Road

RCC CONSULTANTS, INC. 30

PAGE 117 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Tower Site Owner: Latitude: Longitude: Ground Elevation: Site Address:

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 3.7.2J – Forney Radio Tower Site (Forney)** City of Forney 32:44:02.200 N 96:27:19.700 W 453’ 110 Justice Center Drive

*The City of Mesquite has offered these two sites as “preferred locations” and have plans for building equipment rooms in the base of these water towers. **The City of Mesquite has been communicating with the City of Forney to possibly use this site to provide coverage in the southern areas of the City of Mesquite

Proposer Compliancy Proposers shall insert a complete Point by Point response that addresses each numbered point or paragraph listed in this section. The response shall address at a minimum, the following: 1. Read and Understood: Where appropriate, when there is a point or paragraph that does not specifically require that the Proposer indicate any level of compliancy and this point or paragraph is provided for informational purposes, the Proposer shall indicate that it has read and understood that point or paragraph. 2. Fully compliant with this point or paragraph: This shall indicate that the proposer fully understands the specification and is fully compliant with this requirement. 3. Partially compliant with this point or paragraph: This shall indicate that the Proposer does not fully meet the requirement or intent of the specification. The Proposer shall provide a complete description of why they do not meet the full requirement of the specification and then state their clarification or substitution for that particular point or paragraph. 4. Not Compliant (Exception): This shall indicate that the Proposer’s solution does not comply with this specification listed in this point or paragraph.

RCC CONSULTANTS, INC. 30

PAGE 118 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Section

4

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Communications Sites Section 4—Communications Sites

4.1

General Information

4.1.1

Existing Communications Sites

Garland and Mesquite currently have five existing radio communications sites in operation, several of these sites have been utilized in the conceptual system design and listed as “preferred” site locations in Section 3. New tower sites will be needed to meet the coverage requirements of these agencies. This section addresses requirements for each of the new sites and those to be re-used in the Proposer’s system solution. This information is to be combined with site specific information including but not limited to: 1. Equipment shelter requirements for proposed equipment footprint, commercial electrical power, HVAC, surge protection, and security 2. Auxiliary electrical power 3. Steel tower and appurtenances 4. Water tower utilization 5. Site preparation and fencing Existing communications sites that may or may not be re-used are described below: Commerce Water Tower - This is currently a remote simulcast site. It has an existing equipment shelter custom designed for the site on the second floor of the base of the water tower. The back-up power systems and the equipment shelter should be considered in the new design if this site were to be selected by the Proposer. Antenna mounting conditions at this site will need to be evaluated by the Proposers. Future microwave dishes may need to be mounted below the bowl on the base of the water tower. Rowlett Road Radio Tower Site - This site currently serves as the redundant simulcast prime site. The radio tower, equipment shelter, and back-up power systems can be considered for re-use by the Proposers. This is a multi-suite equipment shelter, one of the rooms belongs to Dallas County and the other belongs to the City of Garland. Mesquite Service Center Tower Site – This site currently serves as Mesquite’s “B” site of its two site system (standalone trunked system with redundant standalone system). The radio tower can be considered for re-use, but the equipment shelter and standby power systems would need to be replaced. 4.1.2

General Requirements

1. The Contractor will be responsible for all site development required in this document. After reviewing proposals, participating agencies may elect to take on certain aspects of the project to reduce costs such as proposed site development activities. This however will not

RCC CONSULTANTS, INC. 30

PAGE 119 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

be determined until an analysis of the proposals and costs negotiations have been completed. 2. The Contractor shall provide 6 printed copies and 6 complete electronic copies of all site development documents to the City. 3. A fully complete and operational radio communications system is required by this procurement. The Contractor shall perform all work necessary to provide site development documents for approval by the Cities involved for radio base station sites which meet all City, County, State and/or Federal requirements, and which provide the necessary antenna mounting structures, equipment rooms or shelters and all required environmental conditioning, security, power, standby power, access roads, foliage control, lighting, and cable support structures. 4. The Contractor shall be responsible for preparing specifications and site development documents for a complete and fully operable installation which shall be in compliance with the latest version of the National Electrical Code (or local electrical code, if applicable), local building codes, environmental laws, zoning and planning regulations or ordinances, land use restrictions, Federal Aviation Administration and Federal Communications Commission rules and regulations, State, City, and County regulations governing road access and entry, OSHA guidelines and all other applicable local, state or Federal codes, regulations, laws and/or ordinances. The Contractor shall prepare all specifications, plans, documents, and required forms and exhibits required to obtain the necessary approvals from each of the above entities. 5. Materials specified by the Contractor shall be new and of high quality as defined in industry standards. The Contractor shall not make substitutes unless prior approval has been obtained from the City’s project managers. 6. Each Proposer (prior to submitting a proposal) will be required to visit the radio tower sites and other designated facilities in order to fully understand all the conditions relating to the work that is required. The Cities involved will conduct these tours, and will be present at each site to document any questions posed by the participants. No proposals will be accepted from Proposers that did not participate in these tours. Each Proposer must sign up and provide the City with a list of tour participants (no more than five (5) personnel) within 15 days after the issuance of this RFP. The contact for the site tours is: Mike Wallace Radio System Implementation Project Manager 1400 State Highway 66 Garland Texas, 75040 Phone: 214-773-7734 Email: [email protected] 7. The Contractor will be required to assume full responsibility for the specification of materials and equipment employed in construction of the project and agrees to make no claims against any of the cities involved for damages to such materials and equipment except for that which is caused by the cities involved, their employees or agents. The Contractor shall be responsible for managing the storage of all materials that they purchase or that they receive from the Cities and shall receive all delivered items by suppliers at the job site or at a staging area (to be provided by the Proposer).

RCC CONSULTANTS, INC. 30

PAGE 120 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

8. The Contractor shall oversee clean up and remove from the work site on a daily basis (or sooner if directed by the City’s project manager) all rubbish and construction debris, resulting from his own and/or from the site development contractor’s work. The Contractor shall supply a dumpster or similar trash storage/removal device when the amount of construction debris generated exceeds a normal trash can volume. Upon completion of all work, the entire job site areas shall be left clean and free of trash, debris, mud, dirt, dust, scrap materials, and excess materials. Floors in radio equipment shelters and rooms shall be mopped and polished to the satisfaction of the City’s project manager upon completion of installation and construction work. 9. The Contractor shall coordinate the work of the site development contractor(s) to ensure that interference between electrical conduits, cable support trays, grounding wire, structural members, and radio system work shall be avoided so that the project is completed within budget, in a professional manner, and on schedule. 10. The Contractor shall keep up-to-date marked-up prints of the Project Drawings. Markings indicating changes to the drawings shall be red or green and clearly visible. Six (6) sets of "As-Built" drawings shall be furnished to the City’s project managers at the completion of the project. Six (6) sets total of “As Built” Project Drawings shall also be supplied on diskette reproducible in AutoCAD in both DXF and DWG formats (latest release).

4.2

Grounding and Surge Protection Systems

4.2.1

Grounding Systems

1. All new sites shall have a single point internal ground system installed to provide the greatest possible protection against lightning strikes and possible power faults. This includes existing tower sites that will have a new electronics equipment shelter installed as part of the project. Sites with existing ground systems that will be re-used shall be tested and approved by the Proposer. 2. Standard requirements for the installation of radio communications sites shall include the adherence to the following standards (at a minimum) : a. American National Standard for Telecommunications: b. T1.334-2002, Electrical Protection of Communications Towers and Associated Structures c. T1.313-2003, Electrical Protection for Telecommunications Central Offices and Similar Type Facilities d. T1.333.2001, Grounding and Bonding of Telecommunications Equipment e. ANSI–J-STD-607-A-2002, Commercial Building Grounding and Bonding Requirements for Telecommunications f.

ANSI/NFPA 780-2004, Standard for the Installation of Lightning Protection Systems

g. NEC, National Electrical Code 3. Site planning shall require that the main electrical service be brought into the shelter at a location as close to the transmission line entry port as practical.

RCC CONSULTANTS, INC. 30

PAGE 121 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

4. All power feeders and branch circuits shall contain an equipment grounding conductor which shall have green colored dual rated THWN/THHN insulation or green identifying tape at both ends and which shall be suitably terminated to an equipment ground bus or device screw terminal at both ends. 5. At any site at which building structural members are used for grounds, connections to those main structural steel members shall be made with exothermic “Cadweld”, Burndy press or equivalent type connectors. Any paint or fire retardant material shall be scraped away down to bare metal (for good metal contact) before applying the connector. Surface preparation recommendations of the manufacturer of the exothermic welding process to be used shall be followed. 6. All connections to equipment room or shelter internal perimeter grounds shall be made as straight as possible with a minimum number of bends. The minimum bending radius of any ground wire shall be one foot. 7. Grounding of electronic communications equipment, cabinets and all associated equipment within the equipment shelter shall conform to the latest versions of the standards referenced above as well as the radio manufacturer’s own company standards or guidelines for site grounding, bonding and lightning protection. Should a discrepancy or conflict arise between manufacturers guidelines or standards referenced above, the more stringent of the standards shall apply at the City’s discretion. 8. A ground ring consisting of a #2 AWG solid tinned bare copper wire shall be installed in a trench at a minimum depth of 24" below final grade at a maximum distance of 3 feet from the foundation of the equipment building where the equipment is installed. 9. The ground ring shall be supplemented with copper clad steel ground rods. The ground rods shall have a minimum length of 10 feet and a minimum diameter of 5/8 inches. All ground rods shall be interconnected, including the AC power service and telephone ground rods, to form a ground grid with resistance of 5 Ohms or less. 10. If soil conditions do not allow ground rods to be placed, an equivalent supplemental system must be used. 11. The minimum requirements for the quantity of ground rods shall be based on the following: a. At least one ground rod at each corner of all equipment shelters shall be installed b. Supplemental ground rods installed every 10’ (or less) around the ground ring or along buried ground lines c. Self-supporting 3 legged towers shall have a minimum of 3 equally spaced ground rods connected to the tower ground ring. A tower grounding conductor shall connect each tower leg to the ground ring. d. Self-supporting 4 legged towers shall have a minimum of 4 equally spaced ground rods connected to the tower ground ring. A tower grounding conductor shall connect each tower leg to the ground ring. e. At least one ground rod shall be installed directly at the AC power service entry point and at least one ground rod shall be installed directly below the transmission line entry port. f.

The top of ground rods shall be 2 feet below grade Inspection wells with removable lids shall be installed at the junction points between the tower ground ring and the shelter ground ring, at the shelter ground bus and the grounding electrode system, and at the main AC power service ground rod. Ground access wells shall be 12” x 12” x 36” Deep RCC CONSULTANTS, INC.

30

PAGE 122 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

(Synertech S1212B36FA) or equivalent. The test well cover shall have a bolt down cover with hex head stainless steel hardware and shall have a minimum cover rating of 15,000 lbs. g. The ground rods shall be bonded to the external shelter ground ring using an exothermic welding process such as Cadweld. h. It will be left to the discretion of the contractor to determine the type of connector to use in the welding process. The following two restrictions, however, shall be observed. 1) An anti-oxidant compound shall be applied to the connection point after the bond is

completed. 2) All connections to the ground ring shall be such that the ground wires are as straight

as possible with no sharp bends (i.e., 12 inch minimum bend radius). 12. The exterior ground ring shall be bonded to a minimum of two 6" wide copper straps descending from the shelter's cable entry bulkhead panel. The copper straps shall be secured to the building exterior so as to eliminate wind vibration or flapping. 13. An internal perimeter ground bus (split halo) shall be installed in all equipment rooms or shelters which consists of #2 AWG tinned bare solid copper conductor, running along the perimeter of the room on each interior wall, at a maximum of 6 inches below the ceiling. The perimeter bus shall not form a continuous loop around the room. It shall have an opening of 12-16 inches on the opposite side of the room from the master ground bus bar. Insulated mounting standoffs shall be installed to provide a maximum separation of 2 feet to accommodate bends and avoid sag. Standoff shall provide 1-2 inches of clearance from the wall. 14. The cable entry G-frame shall be bolted to the outside of the shelter and bonded to the exterior shelter ground buss bar. The cable entry bulkhead assembly shall be sized to provide 50% expansion capability (based on the use of the largest size coaxial cable used at the site). 15. A Harger Entrance Panel Kit, Harger EPK24 (or equivalent), shall be provided and installed with through-wall mounting bars to provide the interior shelter master ground buss (MGB) bar and the shelter exterior ground buss bar. The ground bar must not be integrated with the cable entry panel. The exterior ground bar shall be wall-mounted and shall utilize a minimum of 3” flat copper ground straps on the exterior ground bar which are exothermically welded to a copper (1/4” x 1” copper bar for connection to the site grounding electrode system. Both the interior and the exterior ground bar shall be predrilled to provide ground connections for equipment. 16. The internal ground bar shall be directly connected to the shelter exterior ground buss bar with the through wall mounting hardware provided in the entrance panel kit. This shall be the single ground connection from the shelter interior ground to the site grounding electrode system. 17. For exposed noncurrent carrying metal parts of fixed equipment which could become energized, the following bonding connections shall be made directly to the internal perimeter ground (split halo) using green insulated #2 AWG stranded copper wire: a. Ventilation louvers and sheet metal duct-work b. Metal doors shall be grounded to the door frames (using 1 inch wide braided copper flexible straps, and door frames shall be bonded to the internal perimeter ground (split halo) with green insulated #2 AWG stranded copper conductor. RCC CONSULTANTS, INC. 30

PAGE 123 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

c. All metal racks and cabinets, including but not limited to tower lighting cabinets, generator transfer switch cabinet, power panel cabinets, metal conduits, fire suppression chemical storage tanks, telco/alarm panel demarcation block covers, metal HVAC leadlag controller cabinets, cable trays, file cabinets, metal desks and other exposed metal surfaces shall be bonded to the internal perimeter ground (split halo) with green insulated #2 AWG stranded copper conductor. d. Generator rooms shall have a separate internal perimeter ground (split halo) connected to the shelter interior Master Ground Bus bar. Equipment within the generator room shall be grounded as required in the main electronics equipment room of the shelter. If the generator is outside the building, it shall be grounded to the exterior grounding system. 18. All ground connections to equipment that are not exothermically welded shall use stainless steel 2 hole long barrel compression lugs. Connections between dissimilar metals shall not be made unless the conductors are separated by a material specifically approved for use with the dissimilar metals. 19. Star or split lock washers shall be placed under the head of the screws or, if bolts are being used, on the nut side of the fastener, and not between the conductive surfaces of the lug and the metal surface to be bonded. Self tapping sheet metal screws shall not be used for attaching grounding conductors to any surface. Paint shall be removed from any painted surface before ground connections are made and the appropriate antioxidant compound shall be applied to the connection. 4.2.2

Lightning Protection

1. The new system will be installed in a lightning prone location. It is the goal of the participating agencies to reduce possible system damage and failure due to strikes or induced currents by implementing a good ground system and appropriate lightning and surge protection. The Contractor shall adhere to current practices in providing protection to sensitive electronic equipment. At a minimum, the Contractor shall comply with the following lightning protection practices: 2. All tower lighting controls shall be equipped with gas tube surge arrestors which will prevent a lightning strike to the tower or lighting system from back feeding into the electrical distribution system of the equipment shelter. This device shall shunt surges to the tower grounding system, and shall protect the tower lighting controller. An acceptable protector is Polyphaser IS-7WFU (single flasher unit) or IS-12WFU (dual flasher unit). 3. Each transmit or receive transmission line shall be protected by coaxial surge/lightning protectors, Polyphaser DSXL Series, or equivalent, between the transmitter combiner output and the antenna. Lightning arrestors shall be grounded to the bulkhead panel. 4. On receiving antennas with a tower-mounted amplifier, a Polyphaser CGXZ series lightning arrestor (or equivalent) shall be installed in the transmission line. 5. Control stations with outdoor antennas shall be equipped with a coaxial lightning arrestor, Polyphaser DSXL series (or equivalent). These lightning arrestors shall be grounded to a ⅝" X 8 foot driven ground rod by a #2 AWG tinned solid copper wire attached to the rod using exothermic welding. It is preferred that the grounding system used for the control station lightning arrestor shall be connected back to the building ground system at the power service entrance.

RCC CONSULTANTS, INC. 30

PAGE 124 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

6. If GPS receivers are used as frequency/time references in the simulcast system, the antenna line shall be equipped with a coaxial lightning arrestor, Polyphaser DGXZ series (or equivalent). 7. Each coaxial transmission line shall be grounded at a point above the bend required to exit the tower mounted cable ladder to the ice bridge leading to the radio equipment shelter or room. These grounds shall be installed in accordance with the manufacturer's specifications, and shall be sealed against entry of moisture at any location where the outer sheath of the transmission line has been cut or removed. 4.2.3

Surge Protection

The surge protection equipment and methodologies used shall be specifically determined for use in “High Lightning Exposure Locations” such as the case in Garland, Mesquite, Rowlett, and Sachse. The Proposer shall maximize efforts to effectively protect all communications site equipment from power surges and transient voltages. 4.2.4

AC Power Surge Protection

1. Parallel SPDs (Surge Protection Devices) shall be provided with the equipment building to protect the AC main and sub panels. Panel surge suppression devices shall have an IEEE Location Category Rating of C High, Rated for 65kA AIC fault current, have a Response time of <1 nanosecond and be supplied with metal cabinets. 2. SPDs shall be equipped with primary modules using SAD (Silicon Avalanche Diode) technology and secondary modules using MOV (Metal Oxide Varistor) technology. Primary SAD suppressor modules shall be capable of providing 500 Joules per phase per polarity, minimum energy absorption, secondary modules shall be capable of 5000 Joules per phase of minimum energy absorption. 3. The units shall provide isolated dry contacts for remote monitoring of protector status, replaceable surge protection modules, and offer Normal Mode protection: Transtector APEX IMAX Series surge protection devices (or equivalent) shall be provided. All surge protection devices shall be installed in accordance with the manufacturer’s instructions. 4. SPD’s shall be installed between the commercial main AC power disconnect and the automatic transfer switch. 5. AC Main and sub power panels shall each have SPD’s installed. 6. In addition to the panel type surge suppression devices, individual equipment SPD’s shall be installed on all individual loads. Each rack or cabinet that has AC powered equipment shall have a wire-in receptacle outlet SPD installed at the top of each rack or chassis. Transtector OP8 20B Series, Northern Technologies TCS Series (or equivalent). 4.2.5

DC Power Surge Protection

1. As previously mentioned, this area is considered a high exposure area in terms of lightning strikes. To minimize the potential risk of equipment damage to the electronic equipment at the sites, DC surge protection devices shall be provided and installed at the load distribution panel for each different output voltage provided by the DC power system. 2. DC distribution panel SPD’s shall be Transtector CB Series, I2R ICP Series (or equivalent). The SPD’s shall use silicon avalanche diode (SAD) technology, have a visual status indicator, and isolated Form-C relays for remote fault annunciation to the site alarm system.

RCC CONSULTANTS, INC. 30

PAGE 125 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

3. Each SPD shall be selected based on the specific application to maximize its effectiveness and shall be installed at the equipment to be protected in accordance with the manufacturer’s instructions. 4.2.6

Leased Telephone and T1 Circuits

All telephone company circuits or other twisted pair cable which may enter an electronic equipment room or shelter shall be equipped for electrical transient protection utilizing a common mode SPD such as the Transtector TSJ series, Northern Technologies TMC-50, or equivalent. These arrestors shall be installed as close as practical to the point of entry to the facility. SPDs used on leased telco circuits shall use silicon avalanche diode technology, and shall be grounded to the equipment shelter/room ground system. 4.2.7

Conduits and Raceways

1. All AC power electrical wiring inside of the building/shelter shall be enclosed in electrical metallic tubing (EMT) with compression type fittings (set screw type fittings are unacceptable). EMT shall be surface mounted in a neat, professional manner. UL approved locknuts and grounding bushings (or EMT box connectors) shall be used at boxes and equipment enclosures. 2. All AC power wiring outside of the building/shelter shall be enclosed in heavy wall galvanized rigid steel conduit with form eight gasketed fittings. Weatherproof grounding type hubs shall be used at boxes and equipment enclosures. All wall penetrations shall be sealed with weatherproof compounds. 3. Telephone Company cable(s) shall be enclosed in galvanized rigid conduit (GRS). 4. Flexible metallic conduit (UL approved) with UL fittings shall be used as final connections to all mechanical vibrating/rotating machinery (A/C units, heaters, motors, transformers, UPS, and generator set, etc.) 5. All new conduit routings shall be horizontally and vertically straight, neat in appearance, indicative of professional workmanship and shall conform to existing conduit routings. Where existing conduit supports are adequate, they shall be used. If new supports are required, they shall be installed at intervals in accordance with the National Electrical Code (NEC). Only structural members suitable for conduit supports shall be used; piping, HVAC ducts, etc. shall not be used for conduit supports. Conduit support intervals shall be based on the NEC Table 346-12. 4.2.8

Wiring and Devices

1. Power conductor insulation shall be color coded (with tape at each termination end). Identification shall be by color tape (black-phase A, red-phase B, blue-phase C, whiteneutral and green-ground). Branch circuit conductors shall be labeled (using Brady or approved equivalent wire markers) at each end with the appropriate circuit numbers. Genset and A/C unit control wiring shall be labeled with the terminal numbers corresponding to the Contractor's wiring diagrams to be furnished with the equipment. 2. All outlet boxes shall be metallic surface mounted types suitable for the quantity of devices enclosed. Faceplates shall match the outlet boxes. The outlet boxes shall be marked with the associated circuit and breaker box numbers. Outlet boxes fed by emergency power shall be plainly marked and identified. Orange outlets shall be used for circuits protected by both UPS and generator power; red outlets shall be used for any circuits that are protected by generator only.

RCC CONSULTANTS, INC. 30

PAGE 126 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

3. Radio equipment from the 120 VAC and UPS power panels shall contain separate identifiable white neutral conductors. Common or shared neutrals for these loads are unacceptable. 4. All wire for power, lighting, control and grounding systems shall be stranded copper with UL dual rated THWN/THHN 600V insulation, sizes as indicated. Minimum size for power shall be #12 AWG and minimum size for controls shall be #14 AWG. 5. Electrical equipment such as UPS, generator sets, A/C (air conditioning units), heater, etc. shall be wired in accordance with the manufacturer’s wiring diagrams furnished with the equipment. 4.2.9

Commercial Power

1. The different cities will assist in arranging for commercial power installation to the meter at each base station/microwave radio site. The City involved will negotiate a utility easement or right of way, if needed, at each site. 2. The Contractor is responsible for all power installation on the equipment side of the meter. Power feeds to shelters shall be buried and shall enter the building through conduit and an elbow described in the equipment shelter specification. 4.2.10

Ground Resistance Testing

1. A component of the system acceptance test plan to be monitored by the Contractor will be the testing of all grounding systems installed, or utilized, for equipment associated with this procurement. This includes grounding at all base stations, control stations, communication centers, microwave terminal, and repeater sites associated with this procurement. 2. All grounding systems shall be tested before commercial power is connected to the site using an AEMC or equivalent clamp-on ground resistance tester or Biddle 500V Null Megger or equal (3-terminal fall-of-potential method). The resistance to ground of all tie-in connections to the building's ground sources shall measure 5 Ohms or less. 3. Ground tests shall be conducted in the presence of the participating agency’s installation representative, and results shall be recorded on a form approved by the City’s project managers. These forms shall be included as a part of the acceptance test documentation and are a component of final acceptance of the radio communications system.

4.3

Scope of Work

4.3.1

General Contractor Responsibilities

The Contractor shall be responsible for preparing plans and specifications for the following: 1. Procurement or furnishing of all services, and furnishing and installing all materials, necessary to complete the site development work. 2. Submittal for approval of all details, cuts, plans, and drawings of sites, site related equipment, and security/access control systems. 3. Monitor disposal and removal from the site, of all debris and refuse that results from performing the work.

RCC CONSULTANTS, INC. 30

PAGE 127 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

4. Applications for and obtaining all required permits, including but not limited to, FCC, FAA, building, electrical, soil disturbance, environmental, fire protection, or safety permits. 5. Compliance with all applicable codes, ordinances, or regulations in accordance with the requirements set forth in the specifications. 4.3.2

Sites at Which New Construction is Required

1. The standard configuration for sites will: a. Serve as a base repeater site on the trunked radio system b. In some cases, house NPSPAC mutual aid channel base repeaters c. House conventional VHF or UHF base stations used for alerting or mutual aid purposes d. Support a ring microwave system, TELCO, and/or leased fiber optic transport interface to interconnect the proposed sites e. Provide sufficient expansion capability to support future growth or new technologies. f.

Sufficient additional space will be provided on the tower and in the radio equipment shelter (if new) to permit additional uses by the Cities. See tower and shelter specifications below for growth allocation details.

2. Generally the plans and specifications for site development work to be performed by the Contractor at each site consists of the following: a. Furnish and install an electronic equipment shelter and foundation b. Furnish and install a self-supporting communications tower and necessary base foundations c. Prepare plans for site civil improvements d. Install electrical service into the radio equipment shelter e. Construct concrete fuel tank pads, and walkways and ramps to the shelter entrance f.

Perform site preparation and improvements, including road improvement, grading, installation of fencing, installation of grounding system, installation of a fuel supply for the emergency generator to be installed at the site

g. Furnish and install a standby power generator, automatic transfer switch, and full fuel supply h. Furnish and install an uninterruptible power supply and/or DC power system to provide power conditioning and standby service to critical electronic equipment i. 4.3.3

Furnish and install site alarm system including sensors, transducers, detectors and contacts Available Sites

Site information provided in the “Current System Environment” and “P25 Trunked Radio System” sections this RFP is accurate to the best of the knowledge of the participating Cities. However, Proposers are responsible for verifying the particulars of any site included as part of their proposed system design. 4.3.4

Renovations and Upgrades

RCC CONSULTANTS, INC. 30

PAGE 128 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

1. Proposers are responsible for assessing existing tower site suitability, including any necessary upgrade or replacement costs in their proposals. 2. The following sections describe the function of, and intended scope of work at, each of the sites. This information is provided in order for the Proposers to estimate the required effort needed to engineer and deliver this radio system. It provides the opportunity for the Proposer’s to assure that the appropriate personnel will participate in the required site visits. 4.3.5

Electromagnetic Compatibility Studies

1. The Contractor is required to perform an Electromagnetic Compatibility study of each site at which equipment associated with this procurement will be installed. The study shall consider the effects of transmitter and receiver intermodulation, transmitter noise, and receiver desensitization between and among existing and proposed stations. The output of this study and recommendations shall be provided to the City for review and approval, and shall be factored into the system design. 2. Any isolators, bandpass filters, band reject filters, crystal filter, lattice filters, relocation of base station or receiver antennas, or other measures required to minimize the effect of any potential interference shall be provided, including installation, by the Contractor. 3. Proposer shall provide transmit to transmit and transmit to receive antenna system isolation requirements for their system. Proposers shall indicate the amount of isolation that will be achieved by their design at each radio site. 4.3.6

Electromagnetic Emissions

1. All sites, whether existing or proposed, shall be designed, protected and posted by the Contractor to limit exposure to Electromagnetic Emissions (EME) in accordance with the Federal Communications Commission’s (FCC) Bulletin OET-65 (Appendix D or most recent regulation adopted by the FCC), the Federal Communications Commission’s exposure to Radio Frequency Electromagnetic Emissions. 2. The Contractor shall certify compliance with the Federal Communications Commission’s (FCC) Bulletin OET-65 (Appendix D or most recent regulation adopted by the FCC). RF exposure limits at each site shall be evaluated, a paper study of the electromagnetic emissions produced by any or all of the antennas mounted thereon shall be conducted by the Proposer, verified and sealed by a Professional Registered Engineer licensed in the State of Texas who is experienced in non-ionizing electromagnetic radiation protection. The City will review all site EME studies to establish compliance with the Maximum Permissible Exposure (MPE) requirements of FCC Bulletin OET-65, the Federal Communications Commission’s exposure to Radio Frequency Electromagnetic Emissions. 3. The Contractor’s study shall define the total radiation levels possible based on both the proposed and existing antennas at the site. The Contractor’s study should verify that the expected levels are within the MPE levels as specified in FCC Bulletin OET-65, the FCC Exposure to Radio Frequency Electromagnetic Emissions. 4. Should the study establish that the expected levels exceed the MPE, the Proposer shall bring the site into compliance at no additional cost to the participating agencies. 5. Under no circumstances shall the levels outside of the site boundaries (i.e., site fenced area) exceed the MPE exposure levels for public exposure. 6. After implementation, the Contractor shall be expected to provide the services and equipment necessary to assure their equipment’s compliance with EME emission levels as

RCC CONSULTANTS, INC. 30

PAGE 129 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

stated in FCC Bulletin OET-65, the FCC Exposure to Radio Frequency Electromagnetic Emissions (RF EME), and then submit RF Radiation Exposure Compliance Plan to the City’s Project Manager. 7. It is the Cities of Garland and Mesquite’s position that the Proposer has an obligation to ensure that the equipment design and installation is done in a manner that will ensure compliance with the aforementioned regulations. These Cities are aware that the overall compliance with these regulations is their responsibility. However, the Contractor is expected to provide these Cities with adequate paper study/studies to make a suitable determination about compliance prior to system implementation. 8. The Contractor is responsible for posting all required signs for identification of the various threats of exposure. Posting of required signs by the Contractor will be done only after the City's Project Manager’s review and approval. The Project Managers desire that the Contractor, to the extent reasonably possible, restrict access to areas where the exposure levels warrant such actions.

4.4

Tower Site Work

4.4.1

General Contractor Responsibilities

The following tasks are specified for any site at which tower erection, modification, or equipment shelter installation is required. Plans and specifications for site work includes: 1. Clearing, earthwork, excavating, backfilling, compacting and grading 2. Construction of access roads and drainage, including installation of stone base surfacing and erosion control measures 3. Installation of fencing and security gates 4. Foundation design and installation 5. Delivery and installation of shelters, including sidewalks, ramps, grounding systems, security systems, and ancillary equipment. 6. Delivery and installation of generators and fuel tanks, including filling of the fuel tanks. 7. Construction of towers as specified, including soil exploration, geotechnical report, foundation design and construction, tower marking and lighting, grounding, and installation of antennas, transmission lines, cable ladders, waveguide bridges, anti-climbing devices, climbing ladders or step bolts, and related equipment. 8. Coordinate installation of electrical power to the site 9. Permits and approvals required for site work 10. Proper signage including but not limited emergency contact information, Antenna Structure Registration number, etc. 4.4.2

Stone Surfacing

The plans and specifications for site development prepared by the Contractor shall include the installation of stone surfacing within the fenced-in site area. Material shall be 1" broken stone with 10% binder material. Two layers of polypropylene liner shall be installed under the stone

RCC CONSULTANTS, INC. 30

PAGE 130 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

for foliage suppression. Prior to installation of any material, an EPA approved defoliant shall be applied over the area. 4.4.3

Fencing

1. The Contractor shall supply a perimeter fencing system complete with all hardware, posts, rails, unions, security mesh panels infill panels to be expanded metal, 3/4” x 9 gauge, one (1) each walk through swing gate, one (1) each drive through slide gate and accessories necessary for a complete and aesthetically balanced installation. The fencing system and gates must come as a complete unit produced by a single manufacturer, including necessary erection accessories, fittings and fastenings. 2. The slide gate entrances are to be controlled by a (specify manufacturer) 110VAC gate operator (or equivalent) with entrance gate access controlled by (specify manufacturer) magnetic stripe card reader system or equivalent. 3. The Contractor shall provide a fencing system design with the layout, locations, components, materials, dimensions, sizes, weights, finishes of components, installation and operational clearances, gate swings, post sizes, spacing and mesh type, gate details/dimensions, details of post anchorage, and post attachment/bracing. The design shall be certified by an engineer registered in the State of Texas. The fencing system, foundation and installation shall be engineered to withstand 90 mph wind load. 4. Fence posts shall be bonded to the site grounding system using an exothermic welding process (Cadweld). 5. The selected installation company must be trained and certified in the installation of all specified brands of equipment. The following specific equipment certifications are necessary: 4.3.1

Security Equipment Requirements

The Contractor shall provide additional security related equipment and services as necessary for the following: 1. Intrusion Alarm System: Door contacts shall be included that are connected to the site alarm system that indicate when entry to the site has been breached. These contacts shall be placed on every door of the new equipment shelter. 2. Lighting: There shall be dual floodlights with motion detection mounted on all 4 corners of the radio equipment building facing down each side.

4.5

Tower Specifications

4.5.1

Reference Standards

Unless otherwise modified herein, materials, design and construction procedures shall be in accordance with Electronic Industries Association (EIA) standard EIA-222-G (latest version), Federal Aviation Administration (FAA) Advisory Circular AC 70/7460-1K or latest version, applicable ASTM concrete standards and all applicable local codes.

RCC CONSULTANTS, INC. 30

PAGE 131 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

4.5.2

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Submittals

1. The Contractor shall prepare and submit for approval plans, specifications, scale drawings of the tower depicting its overall height, the number and height of sections, the horizontal spread of each section, guy points (if applicable), antenna loading at specified heights and obstruction lighting details. 2. The Contractor shall submit for approval a profile view of the tower, containing structural details and engineering notes. Any documentation on the tower needed by any of the cities involved planning approvals shall be supplied in a timely manner. 3. Drawings shall be sealed by a Registered Professional Architect/Engineer (structural) licensed for practice in the State of Texas. 4.5.3

Radio Tower Basic Requirements

1. Materials: All steel materials used in the construction of the towers shall be new, shall be rated for their intended purpose, and shall conform to the provisions of EIA-222-G with respect to physical properties, manufacture, workmanship and factory finishes. 2. Height: The Proposer shall identify tower heights, excluding appurtenances. 3. Loads and Stresses - The design of the tower shall take into account dead and live loads induced by the structure itself and all appurtenances, and all stress applied to the tower and its appurtenances by wind forces. The minimum safety factors listed on EIA-222-G (latest version) shall apply under the most severe combination of dead load plus live loading. Each new tower shall be designed and constructed as a Class III tower in accordance with TIA222-G. 4. Appurtenances - Appurtenances include, but are not limited to, the following: antennas, antenna mounts, antenna platforms, microwave antennas and radomes, lighting, transmission line, transmission line hangers, cable ladder, climbing ladder and safety device, lightning rods, conduit, waveguide bridge, lighting control, and ice shields. 5. Antenna & Transmission Line Loading - The towers shall be designed to support, at a minimum, the antennas and transmission lines required by the Proposer’s antenna design for the P25 system. New radio towers shall be designed to support at a minimum the following:

Table 4.5.3 – New Tower Loading Minimum Requirements* Qty

Description

Part Number or Equivalent

Coaxial Cable Size / Type

3

700/800 Transmit Antenna

RFS BMR10A

1 5/8" / LDF750A

2

700/800 Receive Antenna

RFS BMR10A

1 1/4" / LDF650A

2 2

VHF OmniDirectional Antenna 6 GHz Microwave Dish (10') with Ice

RCC CONSULTANTS, INC. 30

Comm-Scope DB224 UHX10-59-P3A

7/8" / LDF550A CommScope EW90

Planned Usage Based on System Design Based on System Design Future Based on System

PAGE 132 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 4.5.3 – New Tower Loading Minimum Requirements* Qty

Description

Part Number or Equivalent

Coaxial Cable Size / Type

429B-83H-01

1/2" / LDF450A

Based on System Design

RFS-10108-2

7/8" / LDF550A

Future

C10-856-801

N/A

Future

932DG65T2EKL

7/8" / LDF550A

Future

Shields

1 3 2 24

700/800 Tower Top Amplifier with Test Port 900 MHz Scada Directional Antennas 12’ Face Sectored Antenna Mount Cellular Panel Antennas

Planned Usage Design

*Mounting heights based on Proposer’s System Design 6. Wind Loading - The structures shall be designed for horizontal wind pressures induced by 120 MPH basic wind speed with all appurtenances installed. Wind loading shall be calculated per EIA-222-G (latest version). 7. Ice Loading - The structures shall be designed per EIA-222-G (latest version) to withstand additional horizontal wind pressures and dead loading produced by the accumulation of ½" thickness of radial ice. 8. Tower Twist, Sway and Displacement - Each tower shall be designed to meet twist, sway and displacement specifications for all loading conditions as recommended by EIA-222-G (latest version) for the antennas specified. 4.5.4

Transmission Line Support

1. Transmission lines shall be installed to minimize tower face wind loading. Andrew Cluster Mount 207030 or equivalent shall be used. The cable support shall be of galvanized steel construction, and shall have mounting hardware of stainless steel or galvanized steel construction. No drilling of the tower legs or cross bracing shall be required to install the cable support device. 2. Transmission lines shall be attached to the transmission line cable support using stainless steel hangers and adapters of the appropriate size for the transmission line supplied. Andrew Model 206706-1,2,3,4 snap-in kits (or equivalent) shall be used to attach the cable to the transmission line support. 3. Transmission line shall be supported on the tower mount or ice bridge at intervals of not more than six feet, or a smaller interval as indicated for the wind speed design of the tower with ½” radial ice. (Andrew LDF5-50A, if used, shall be supported at intervals of 5.5 feet or less; LDF4-50A should be supported at intervals of three feet or less). Larger lines shall be supported per manufacturer’s instructions, or a smaller interval as indicated for the wind speed design of the tower with ½” radial ice. 4. A waveguide bridge/ice shield shall be installed between the tower and the equipment room/shelter to support transmission lines and to protect them from ice falling from the tower or antennas. The waveguide bridge shall be designed to accept support devices to properly

RCC CONSULTANTS, INC. 30

PAGE 133 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

attach the transmission lines at the intervals specified. The waveguide bridge shall be installed close to ground level, below 3’ if practical. The waveguide bridge shall be designed to match the height of the cable entry port on the equipment shelter. The waveguide bridge shall be supported by pipe columns if any horizontal span is 20 feet or greater, or if so required by local building codes. Galvanized steel construction shall be used for the waveguide bridge and its ancillary components. A grating type of waveguide bridge is required. Microflect waveguide cushions, hangers and crosses are the preferred method of attachment to the waveguide bridge. 4.5.5

Lighting and Controls

1. Lighting:The towers shall be lighted and/or marked in accordance with the applicable chapters of FAA Advisory Circular AC 70/7460-1K, or latest revision, as required by the particular Aeronautical Study performed by the FAA for each tower. 2. Controls: Activation of any required lighting systems shall be via a light sensitive, photoelectric type switch and controller which will activate the lights at dusk (or other cloud darkened condition) and extinguish the lights at sunrise. If a dual lighting system is required at any site, the controller shall automatically switch from red lights at sunrise to strobe lights, and back to red lights when the sky darkens. 3. Wiring: Wiring for the tower lighting shall be provided and installed in conformance with the lighting manufacturer's specifications and in accordance with local electrical codes. All cable ties used on the tower shall be stainless steel or Weather Resistant Black Acetal. Standard White or Black cable ties made of Nylon or Polypropylene shall not be used. 4. Bulb Failure Indications: The lighting control system shall be equipped to provide a single, form "C" dry contact closure alarm indication of bulb failure. Upon bulb failure, the alarm condition shall be reported by the master alarm system. 4.5.6

Ice Shields

Each tower shall be equipped with steel mesh ice shields to be installed above each of the microwave antennas to protect them from falling ice. The ice shield shall cover the width and length of the microwave antenna it is intended to protect. 4.5.7

Climbing Ladder

The tower shall be provided with a climbing ladder, safety cable, and climbing harness. The climbing ladder shall be attached to tower legs in a manner that would not interfere with the installation or maintenance of antennas, or installation of additional transmission lines on the cable ladder. Similarly, the placement of cable ladder structures shall not interfere with the climbing facility. It shall be possible to lock-out the climbing facility to preclude unauthorized use. The climbing facilities shall meet all OSHA requirements. 4.5.8

Design Documentation

1. In accordance with ANSI/TIA-222-G, complete plans, assembly drawings, or other documentation shall be supplied showing the necessary marking and details for the proper assembly and installation of the components, including the member sizes, design yield strength of the structural members and the grade of structural bolts required. Foundation reactions shall be based on factored loads.

RCC CONSULTANTS, INC. 30

PAGE 134 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

2. The tower plans shall detail attachment height, antenna quantity, antenna model or type, mount quantity, mount type and line size that was included in the structural analysis. Alternatively, the total effective projected area representative of all of the antennas and mounts at each elevation may be provided along with the associated line sizes. 3. As a minimum, the tower plans shall detail the following data for the site specified used in the structural analysis: a. Basic wind speed (3 second gusts, 50 year return period) without ice. b. Basic wind speed (50 year return period) with ice. c. Design ice thickness (50 year return period). d. Exposure category (B, C or D) for the site specified. e. Structure classification (I, II or III) used to classify the structure. f.

Topography category (1, 2, 3, 4 or 5).

g. Earthquake spectral response acceleration at short periods. h. Foundation reactions for the loading combinations considered. i.

Soil design parameters or source of data.

4. The required tower design documentation shall be approved, signed, dated, and sealed by a registered Professional Engineer qualified and licensed to practice in the State of Texas. 5. Upon completion of tower construction, the Contractor shall deliver to the City six (6) complete original copies of the tower and foundation’s as-built documentation, and six (6) copies in an electronic format compatible with AutoCAD 2013. Files shall be provided in Adobe PDF format, and in both DWF and DWG file formats. 4.5.9

Tower Manufacturer's Certification

1. All tower materials, hardware, and accessories shown on the plans and drawings shall be certified in writing by the tower manufacturer as being suitable for the purposes shown. 2. The manufacturer’s certification shall include the following statement for each tower: 3. "This tower and foundation design meets or exceeds all requirements of the P25 Radio System Request For Proposals No. __________ July __, 2014,” and ANSI/TIA-222-G. 4. The foundation and tower designs shall be approved, signed, dated, and sealed by a Registered Professional Engineer qualified and authorized pursuant to State of Texas law. 4.5.10 Site Development Contractor Responsibility 1. The Contractor shall be responsible for providing the towers, installing suitable foundations, furnishing and installing all associated hardware and appurtenances, for performing all planning and installation of the tower, and for site restoration and cleanup. The Contractor shall be responsible for ensuring that each foundation, tower, and all associated hardware/appurtenances meets all design criteria, labor services, guarantees and installation requirements contained in the Proposer’s specifications, or in national or industry standards to which such specification refers.

RCC CONSULTANTS, INC. 30

PAGE 135 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

2. The work to be performed shall include site preparation, tower foundations, tower erection, climbing ladders, grounding systems, lighting systems, antenna support brackets, installation of antennas, transmission lines, ice shields, cable ladders, waveguide bridges, platforms, tower lighting controls, lightning rods, and touch up of any damage to the galvanizing and/or paint. 4.5.11 Construction Requirements 1. Soil Analysis a. For the purpose of the initial proposal only, Proposers can assume soil conditions at all sites requiring new towers to be “normal”, that is, no special foundation design will be required. Prior to construction, the Contractor is responsible for geotechnical exploration at the locations of each tower leg, tower foundation or guy anchor point. The soil analysis shall include field borings, laboratory testing, and a report containing a summary of the analysis with an evaluation and recommendations for structural foundations. The geotechnical investigation report shall include all information in accordance with ANSI/TIA-222-G, Annex G, Geotechnical Investigations (Normative). The report shall be generated and certified by a Registered Professional Engineer, licensed to practice in the State of Texas and qualified in the area of subsurface investigation and engineering evaluation. b. The number of field borings to be performed at the site and their depths shall be appropriate for the antenna tower and loads described in this Statement of Work. In accordance with ANSI/TIA-222-G Annex G: Geotechnical Investigations. c. This section contains the minimum information that shall be contained in the geotechnical investigation. d. Boring logs and report shall provide: 1) Date, sampling methods, number and type of samples 2) Description of the soil strata according to the Unified Soil Classification System 3) Depths at which strata changes occur referenced to a site benchmark elevation 4) Standard Penetration Test blow counts for each soil layer 5) Soil density for each soil layer 6) Internal angle of friction for each soil layer 7) Cohesion for each soil layer 8) Ultimate bearing capacities for each soil layer or at the recommended bearing depth(s) 9) For expansive soil conditions, the active zone of influence and recommendations for design 10) Elevation of free water encountered and the ground water depth below grade to be considered for design 11) Soil electrical resistivity, pH values and corrosive nature of soil 12) Other pertinent soil design data and recommendations 13) Recommendations for alternate foundation types

RCC CONSULTANTS, INC. 30

PAGE 136 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

14) Topographic information for the site 15) Note the location within 1,000 ft (300 m) of the structure of underground pipelines, buried concentric neutral power wires and electrical substations as these may affect electrolytic corrosion. 16) For drilled piers the following information, as a minimum, shall also be provided: a) Ultimate tip bearing capacity b) Ultimate skin friction for each soil layer c) Lateral modulus of soil reaction for each soil layer d) Ultimate soil strain at 50% of ultimate compression, H50, for each soil layer. 17) For rock anchors the following information, as a minimum, shall also be provided: a) Type and condition of rock b) Rock quality designation, RQD c) Percent rock sample recovered d) Ultimate bond stress in the interface between the rock and grout e) Ultimate shear strength. e. Three (3) paper copies of the soils report and 3 electronic copies shall be provided to the Cities Project Team. 2. Submittal Data and Notification Requirements a. At no later than fifteen calendar days prior to foundation excavations for the tower, the Contractor shall deliver signed and sealed copies of all required tower structure and foundation design documentation. Six (6) paper copies and 6 electronic copies shall be provided to the City of Garland’s Project Manager. The documentation shall be delivered to: Mike Wallace Radio System Implementation Project Manager 1400 State Highway 66 Garland Texas, 75040 b. These submittals are in addition to any documentation submittals that may be required by the local building official. The Contractor shall contact the appropriate City local building official to determine what submittals are required. 3. Construction Notifications For the tower structure, the Contractor shall notify the respective City as to construction status at the following times: a. Ten working days prior to start of tower installation - notify as to the start date of construction and estimated completion date of construction. b. The day the tower reaches the greatest height. c. The day tower installation is completed, including the status of the permanent obstruction lighting.

RCC CONSULTANTS, INC. 30

PAGE 137 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

d. A City building inspector where the tower is being constructed is required to be present during concrete pours and sample retrieval. The Contractor is required to notify the respective City in accordance with issued City permit. 4. Foundation Design Proposed pricing for the foundation design will be assumed to be based on “normal” soil conditions, and shall include the number of yards of concrete and its cement content ratio. 5. Site Plan A site plan shall be prepared for the respective City. Approval for each site at which construction of a tower and/or installation of an equipment shelter is required. The Contractor shall install the tower and shelter in conformance with the approved site plan. The Contractor shall note that regardless of its size at the base, the tower shall be installed such that a minimum of 30’ foot spacing is maintained between the building and the tower face or leg nearest the building where possible. Certain sites may not be able to accommodate this spacing. Sites that require less spacing should be identified in the proposal. 6. Power The Contractor shall be responsible for connecting to the commercial AC power at the meter. Temporary power may be required for the obstruction lighting on the tower during construction. The Site Development Contractor is responsible for arranging and installing this temporary power. FAA approved/required obstruction lights shall be installed while the tower is being erected. 7. FAA Notification The Contractor shall be responsible for notifying the FAA of commencement of construction through the filing of appropriate forms. The Contractor is also responsible for notifying the FAA when the tower has reached its greatest height, and when tower construction has been completed. Copies of these notifications shall be provided to the respective City Project Manager or point of contact. 8. Painting If an FAA Aeronautical Study requires any tower to be painted, the paint shall be applied at the factory and touch up painting as required at the site. (Obstruction lighting is preferred over painting.). Touch-up galvanizing shall be done in dry weather. Galvanizing shall not be applied over wet surfaces. 9. Site Landscaping a. The tower contractor will be responsible for landscape grading and sodding of the disturbed soil, as well as watering the sod for the first month. b. If planning authorities require foliage screening or other plantings at the tower sites, the Contractor shall arrange for professional planting of the required species and quantities of trees or shrubs, as well as watering the plants for the first month. c. The Contractor shall restore the other site areas to its original condition following construction and installation activities.

RCC CONSULTANTS, INC. 30

PAGE 138 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

4.6

Shelter Specifications

4.6.1

General Description

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Prefabricated, 30-caliber bullet resistant, Electronic Equipment Shelters, foundations, and ancillary equipment shall be furnished as specified herein where required. 4.6.2

Reference Standards

Unless otherwise modified herein, materials, design and constructions procedures shall be in accordance with ANSI/NFPA-70, The National Electrical Code and all federal, state and local building codes. 4.6.3

Structural Requirements

1. Design Loading The equipment building floor shall be designed per ASCE 7-88 Uniform Distributed Load of 300 pounds per square foot. The equipment building roof shall be designed per ASCE 7-88 Roof Load Specification of 150 pounds per square foot. The equipment building wind loading specification shall be per ASCE 7-88 Basic Wind Speed Specifications of 120 MPH. 2. Foundation The building foundation shall be concrete slab, and installed in compliance with local building codes. A concrete walkway shall be installed between the shelter entry door and the gate to the fence surrounding the shelter to allow equipment to be brought into the shelter on hand trucks without tracking mud into the building. 3. Flooring The floor section shall be constructed of steel reinforced concrete. All surfaces shall be smooth. The interior floor surface shall be commercial grade asphalt tile. Base molding shall be installed around all perimeter walls. 4. Roof Section a. The roof section of the equipment building shall be concrete with at least a ⅛” per foot drainage slope. Roofing shall be designed to prevent penetration by ice falling from the tower at the site. Proposers shall describe this roof protection in their proposals. b. The roof shall be designed in such a manner to prevent accumulation of water. The roof section shall provide a 2” minimum overhang on all sides. The roof shall be a cap and fit over the walls, leaving no exposed roof to wall joints. 5. Walls The wall sections shall be steel reinforced solid concrete, 5000 PSI lightweight concrete is preferred. Construction shall be concrete aggregate exterior with Fireproof FRP interior walls. Interior walls shall be designed to allow mounting of electrical and electronic equipment using standard fasteners available from local hardware stores. 4.6.4

Shelter Features

1. Power

RCC CONSULTANTS, INC. 30

PAGE 139 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

a. AC power shall enter the shelter through an entrance elbow, which can be rotated to accommodate connection to conduit from the power company feed. A main cutoff switch shall be provided inside the shelter, followed by a distribution panel, which provides for a minimum thirty branch circuit breakers. b. The Equipment Room AC power shall be installed in EMT conduit with two duplex outlets mounted along the overhead cable ladder at the top of each equipment rack space, and at four foot intervals on each of the four interior walls of the equipment shelter (EMT conduit, grounded, duplex outlets). Each outlet shall be served on separate circuits. A minimum of two, or the minimum required by local electrical codes (whichever is greater) duplex outlets shall be installed in the generator room of the shelter. Also, an outdoor GFCI duplex outlet supported by the generator shall be provided near the shelter entrance and on each exterior wall. c. All electronic equipment in the shelter shall be equipped with transient voltage suppressors. See Section 4.1.4 for detailed requirements. d. Proposers shall be allowed to choose between a DC Power System or an Uninterruptible Power Supply (UPS) to power the proposed site equipment. In the event that a DC Power System is selected, a “small” UPS will still be required to support electrical outlets mounted at intervals in the equipment shelter to protect such things as telephone company components. Power outlets supported by the UPS shall be orange in color. e. Outlets protected by the generator only shall also be provided, for tools or test equipment that may be used at the site and potentially cause a UPS circuit to trip due to a ground fault detection. Circuits protected by the generator only shall be clearly marked by red outlets. One quad outlet shall be provided every 10’ along each “long” wall of the shelter. For example, walls 20’ and less require one outlet near the middle of the wall length; walls greater than 20’ (and less than 30’) require 2 outlets, near the 1/3 and 2/3 length of wall, etc. f.

All electrical equipment supplied shall be UL listed. The entire electrical installation and wiring shall be in strict compliance with the latest approved edition of the National Electrical Code and all state, county, and city codes and ordinances.

2. Building Size Radio equipment shelters shall be sized to house all the trunked radio site equipment and allow for future growth. At a minimum the shelter shall have planned space for (5) additional full height equipment racks. Ceiling height shall be a minimum of nine feet. Enough space shall be provided that includes both front and rear access to all equipment racks and cabinets, both included with the system and with future rack space allocations. 3. Doors a. Exterior doors, shall be of steel construction with a solid core, and shall be 30-caliber bullet resistant. b. The door frames shall be minimum 16 gauge galvanized steel, primed painted, and cast into the wall panel. The door entrance(s) shall consist of an 40”x84”x1¾” 18-gauge galvanized steel, insulated, primed, painted brown and installed flush with door check, door stop, weather stripping and stainless steel ball bearing hinges. All exterior doors shall meet UL 752 Level 4 standards. The lockset shall be protected on the exterior by anti-prying plate. Hinges shall be tamper resistant to prevent removal of the pins from outside the building.

RCC CONSULTANTS, INC. 30

PAGE 140 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

c. A drip awning with a minimum 4’ protrusion from the outer wall shall be installed over each door to prevent water dripping into the building. d. Doors shall be sealed using adjustable weather stripping, and an adjustable saddle. e. Doors shall be equipped with a mortise lockset with an electric door strike and a single cylinder deadbolt lock in preparation for an access control system that shall be implemented by the Cities. f.

All radio equipment shelters shall be keyed the same. Eight (8) sets of keys each shall be provided to the Cities.

4. Lighting a. There shall be sufficient interior lighting to provide a level of 75 foot-candles at 3 feet above the floor. Fluorescent fixtures using two standard four-foot tubes per fixture shall provide interior light. The switch for the light fixtures shall be located inside and on the latch side of the entry door. Light fixtures shall be installed to the front and rear of electronic equipment racks to provide sufficient lighting for service personnel to perform equipment maintenance. b. Exterior lighting shall be provided adjacent to the entry door to the shelter in a manner to avoid shading by the open door. A photoelectric switch that allows automatic illumination and extinguishment at twilight and sunrise shall control this lighting. Exterior lighting shall be heavy duty, shatter and tamper resistant. c. There shall be four (4) dual weatherproof floodlights with motion detectors installed on the exterior shelter walls near the corners in a clockwise or counterclockwise orientation, to minimize “blind spots.” Lights shall be installed so that they are facing along the length of the wall. 5. A/C Power The AC service shall be sized to accommodate the fully-loaded system plus 100% reserve capacity. 6. HVAC a. Low ambient temperature air conditioning equipment shall be provided. Electric heat strips or other devices shall be provided which will maintain the interior temperature of the shelter between 55 and 75ºF when outside temperatures range from -5ºF to 115ºF. Relative humidity shall be maintained at a level acceptable to the equipment to be furnished in this procurement, typically a range of 55% (+/- 10%) relative humidity. b. Shelters shall be equipped with a minimum of two (2) external vertical air conditioning units installed with a standard lead/lag controller to cycle between the two (2) units. c. One auxiliary exhaust fan system for every 150 square feet of floor space shall be installed including motorized louvers, thermostat, timer, and hood with permanent expanded metal dust filter and exhaust insect screen in both the equipment and generator rooms. d. Exterior HVAC equipment shall be enclosed in security cages designed to prevent copper theft or general vandalism. This shall be provided on a site by site basis as an option depending on the location. 7. Alarms

RCC CONSULTANTS, INC. 30

PAGE 141 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

a. The following alarm inputs associated with the site shall be installed and connected to a site security system. The alarm system layout will be standardized for all shelters. The same alarm inputs shall also be connected to the separate alarm system described in Section 2 of this document. 1) Fire/Smoke Detector 2) Shelter Door Open Alarm (each door) 3) Site Gate Open Alarm (each gate) 4) Site Intrusion Alarm (multiple motion detectors as required) 5) Hi Temp 6) Lo Temp 7) Fan Run 8) AC Power Fail 9) High and Low Humidity Sensors 10) Floor Water Sensors 8. Waveguide Entry Waveguide openings, with modular wall/roof feed through plates shall be installed in the wall of the shelter adjacent to the waveguide/ice bridge from the tower, and in horizontal alignment with interior cable ladders arranged over the equipment rack space. The entry panel shall be a modular design, have a 1 hour fire rating for floor and wall penetrations, and be water and gas pressure rated up to 4 bars. Roxtec G-Frame stainless steel multidiameter cable entry system (or equivalent) shall be provided. The feed through plate shall be equipped to seal the coaxial transmission lines to be supplied pursuant to this procurement. All unused entry ports shall be sealed. 9. Cable Tray A cable tray with a minimum width of 12 inches shall be installed over all equipment rack spaces, to any MDF panels, and to any future equipment expansion space in the shelter. Cable tray sections shall be bonded to one another and to the building perimeter ground (split halo) by #2 AWG copper wire and compression fittings. 10. Security Screens Security screens to prevent unauthorized entry shall protect all ventilation openings. 11. Fire Protection Systems a. Each new equipment shelter shall be provided with a 20-pound CO2 fire extinguisher b. New radio equipment shelters shall be provided with an automatic fire protection system. The system must provide the following when excessive heat is detected: 1) Activates a local audible and visual alarm. 2) Reports the detection of fire to the new alarm reporting system. c. The fire suppression system shall be activated upon detection of excessive heat that will extinguish the fire with an agent suitable for electronic equipment.

RCC CONSULTANTS, INC. 30

PAGE 142 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

d. A means to manually activate the fire protection system must be provided in each shelter. e. The automatic fire protection system must comply with all applicable fire codes, building codes and safety laws, and regulations. f.

Any new equipment provided for sites with existing equipment rooms shall include the ability to interface to existing fire suppressions systems. In Mesquite at the Town East and Mackenzie water towers, Honeywell Fire Alarm Panels are or will be in place implemented by the City of Mesquite.

4.7

Generator Specifications

4.7.1

General Requirements

1. Plans and specifications for standby power generators shall be furnished by the Contractor at all sites to be constructed pursuant to this procurement. Generators shall be mounted outdoors in accordance with the manufacturers’ specifications for shock and vibration mounting, ventilation, cooling, fuel supply and electrical connections. 2. It shall be the responsibility of the Contractor to provide plans and specifications to install and test a complete and operational standby power generator and automatic transfer switch in each electronic equipment shelter to be supplied pursuant to this procurement. Equipment shall be new, factory tested @ 0.8 power factor for 3 hours, and shall be installed in the radio equipment shelter prior to delivery to the site. 4.7.2

Documentation

The following documentation shall be supplied to the Cities for each generator set and transfer switch supplied: 1. Specification and data sheets for the exact type and model generator and transfer switch supplied pursuant to this procurement, including all options and accessories 2. Manufacturer's certification of prototype testing 3. Manufacturer's warranty documents 4. Shop drawings showing plan and elevation views of the equipment 5. Interconnection wiring diagrams showing all external connections required; with field wiring terminals marked in a consistent point-to-point manner 6. Manufacturer's installation instructions 7. Operator's and maintenance manuals that outline routine maintenance and troubleshooting procedures 8. Transfer switch manual and wiring diagram. 9. The above documentation shall be included in each copy of the as-built documentation delivered to the City’s Project Manager.

RCC CONSULTANTS, INC. 30

PAGE 143 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

4.7.3

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Warranty

A no-deductible warranty, which provides for onsite service by a factory authorized service contractor, shall be provided. This warranty shall provide coverage against all defects in materials and workmanship for a period of at least one (1) year from the radio system’s final system acceptance date. 4.7.4

Start Up Service

A factory authorized service representative shall provide initial start up service and shall conduct acceptance testing at each site at which the equipment is installed. This testing shall be witnessed by a City representative. Test records shall be furnished to the City in both printed and electronic format. 4.7.5

Type of Generator

The generator shall be configured for outdoor installation and shall be furnished complete with all accessories and equipment needed for the proper operation of the unit. These shall include, but not be limited to, starting batteries, battery racks, battery chargers, battery cables, cooling systems, residential grade exhaust silencers with exhaust pipes and rain caps, automatic load transfer controls, electrical surge protection, automatic frequency regulators, vibration isolators, fuel lines, fuel regulators, fuel filter/water separators, fuel storage tanks, conduits, junction boxes, wiring, instrument panels, remote alarm panels mounted inside equipment buildings, mounting bases, and fuel leakage detectors. 4.7.6

Generator Requirements

1. Ratings Output power rating of the generator shall be sized to support the full forecasted load of the equipment shelter, including both air conditioners running in the cooling mode, plus 30% reserve capacity. 2. Site conditions a. Altitude--2000 feet above mean sea level or less at each site b. Ambient Temperatures - Equipment to be mounted in an equipment shelter, which will maintain temperature in the generator room above 32 degrees Fahrenheit and below 120 degrees Fahrenheit. c. Voltage Regulation - r2% of rated voltage for constant load between no load and full load d. Frequency Regulation -.5% from steady state no load to steady state rated load e. Single Step Load Pickup - 100% of rated output power, less applicable derating factors, with the engine-generator at operating temperature. 3. Generator Set Control a. The generator shall be an automatic and manual remote start type compatible with the automatic transfer switch to be supplied pursuant to this procurement.

RCC CONSULTANTS, INC. 30

PAGE 144 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

1) Cranking control — Shall provide a minimum of three cranking cycles of at least 15 seconds before lockout and activation of an over crank alarm condition. 2) Generator Protection Controls — per NFPA 110 b. The generators shall shut down and lock out upon: 1) Failure to start (over crank) 2) Over speed 3) Low lubricating oil pressure 4) High engine temperature c. Alarm contacts shall be provided to allow transmission of status on fault alarms for any of the above conditions, plus low oil pressure pre-warning, high coolant temperature prewarning, low coolant, low fuel, an alarm indication when the generator set is running, and when the generator is on-line under load conditions. These alarm contacts shall be wired into and shall be reported by the alarm system being supplied pursuant to this procurement. Form C alarm contacts shall be provided and connected to the alarm system to report loss of AC power, low battery voltage, high battery voltage, and power on. d. Meters shall be provided on the generator to indicate output voltage, output current, running time, frequency/RPM. An AC rheostat shall be supplied for voltage adjustment. 4. Fuel Supply a. Fuel supply requirements shall be site specific. Where natural gas is used, a secondary fuel source shall be required. b. Whichever supply for the site is selected, the fuel tank shall provide sufficient fuel to provide seven (7) days of continuous operation of the generator set at full load under low ambient temperature (0 degrees Fahrenheit). The fuel tank shall be filled before conducting acceptance tests. Proposed fuel systems shall meet all applicable codes, standards and requirements for such systems. c. A secondary means of containment shall be provided for all liquid fuel storage tanks, fuel lines, and other system components. Secondary containment for the fuel supply tank shall be sized to hold up to 110% of the storage capacity of the tank. d. Fuel tanks and fuel line locations and installations shall meet all environmental, building, and fire safety codes that apply. e. For diesel generators, the fuel supply shall be located in the base of the generator. For either of the fuel supplies used, the fuel tank shall be connected to the site ground system at the nearest point. If the generator and fuel supply are further than 6’ from the nearest site ground system, another ground rod shall be installed and tied to both the generator, fuel tank, and site ground system. f.

All necessary supplies needed for an installation, which meets industry, local fire, environmental, and building codes shall be furnished and installed. Fuel leak detectors shall be interfaced to the alarm reporting system.

5. Exhaust System A residential grade exhaust silencer shall be installed on the generator.

RCC CONSULTANTS, INC. 30

PAGE 145 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

6. Battery and Charger A lead acid starting battery rated for the engine type to be supplied shall be furnished and installed with the generator set. This battery shall be float charged by an appropriate sized voltage regulated charger, which is powered by 120 volts AC. Float, taper, and equalize charge settings shall be provided. The battery charger shall be located in the generator room. 7. Cooling System a. A radiator-cooled engine is required. The radiator shall be filled with a water and coolant mixture in accordance with the engine manufacturer's recommendations. b. A thermostatically controlled water jacket coolant heater shall be provided and installed in accordance with the manufacturer's recommendations. 8. Base The generator set shall be mounted on a heavy duty steel base which is anchored to a concrete pad. The base shall maintain alignment between generator set components and shall include vibration isolators. The concrete pad shall be designed in accordance with manufacturer specifications and be located within 6’ of the equipment shelter where practical. Generators that are installed further than 6’ shall have an additional ground rod that is connected to the site ground system and the generator. 4.7.7

Transfer Switch

1. An automatic transfer switch, which provides switching of the equipment shelter electrical load between commercial power and generator power, shall be supplied and installed for each generator set. The transfer switch shall be completely factory assembled and shall contain electronic controls designed for surge voltage isolation, with voltage sensors on all phases of both input power sources. Permanently attached manual control handles shall also be installed on the transfer switch. The switch shall provide positive mechanical and electrical interlocking and mechanically held contacts. Quick-make and quick-break contact mechanisms shall be provided for manual transfer under load 2. The manual transfer switch shall be wired to an external power receptacle allow for use of a transportable generator if necessary. 3. The transfer switch shall be installed in a key locking, UL listed, NEMA cabinet to be mounted on a wall in the generator room of the electronic equipment shelter. The switch shall be fully wired and integrated with the engine generator set in accordance with local electrical and fire codes. 4. All transfer switches and accessories shall be U.L. listed and labeled, tested per U.L. Standard 1008 and CSA Approved. 5. Transfer switches shall be double-throw electrically and mechanically interlocked and mechanically held in both positions. 6. Main switch contacts shall be high pressure silver alloy. Contact assemblies shall have arc chutes for positive arc extinguishment. Arc chutes shall have insulating covers to prevent interphase flashover. Form C contacts shall be provided in each position for alarm reporting purposes. These contacts shall be connected to the alarm system for reporting transfer status.

RCC CONSULTANTS, INC. 30

PAGE 146 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

7. The transfer switch shall be rated for continuous operation in ambient temperature ranges of -40 to +70 degrees Celsius. Transfer switches shall be rated to carry 100% of the rated current in the enclosure. 8. Transfer switch control shall be solid state and designed for a high level of immunity to power line surges and transients. The device shall be tested in accordance with IEEE Standard 587-1980 (or latest revision). Controls shall have optically isolated logic inputs, and isolation transformers for AC inputs. Relays shall be installed on all outputs. 9. Solid-state under voltage sensors shall simultaneously monitor all phases of the standby power source and the commercial power source. Pick up and drop out voltage settings shall be adjustable. Voltage sensors shall allow for adjustment to sense partial loss of voltage on any phase. 10. Controls shall be provided with solid-state over-voltage sensors, adjustable from 100-130% of nominal input voltage to monitor the source. An adjustable time delay shall be provided. 11. Automatic controls shall signal the engine-generator to start upon signal from normal source sensors. A time delay start, variable from at least 0 to 5 seconds, shall be provided to avoid nuisance start-ups. Battery voltage starting contacts shall be gold, dry type contacts, which have been factory, wired to a field wiring terminal block. 12. The switch shall transfer when the emergency source reaches the set point voltage and frequency. A time delay shall be provided for transfer, which is variable from 0 to 120 seconds. 13. The switch shall retransfer the load to commercial power after time delay retransfer. This time delay shall be variable (adjustable) from 0 to 30 minutes to avoid short engine run times. The retransfer time delay shall be immediately bypassed if the emergency generator fails. 14. A control shall automatically signal the engine generator to stop after a time delay, which shall be adjustable from at least 0 to 10 minutes; the time starting on return to commercial power. 15. Power for transfer operation shall be from the source to which the load is being transferred. 16. Diagnostic indicators shall be provided to allow the last successful step in the sequence of control functions to be pinpointed. The present status of the control functions shall also be indicated. These functions, at a minimum, shall include: a. Source 1 OK b. Start generator set c. Source 2 OK d. Transfer timing e. Transfer complete f.

Retransfer timing

g. Retransfer complete h. Timing for stop 17. Front Panel Control Devices - A key operated selector switch shall be provided which will provide the following functions:

RCC CONSULTANTS, INC. 30

PAGE 147 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

a. Test — to simulate commercial power loss to allow testing of the generator set with or without transfer of the load. b. Normal — leaves the switch in its normal operating position c. Retransfer — a momentary position, which will provide an override of the retransfer time delay and cause immediate return to the commercial power source (if available). 18. Exerciser Clock - The transfer switch shall be equipped with a programmable exerciser clock which allows setting the day, time and duration of a generator set exercise/test period. Tests under load or with no load shall be selectable.

4.8

Uninterruptible Power Supply (UPS) Specifications

4.8.1

General Requirements

1. All repeater sites shall include an Uninterruptible Power Supply (UPS). The Proposer shall describe the UPS’s protection from inverter failures, internal switching failures, and any UPS malfunction that could cause the site to lose power. 2. The master site and all repeater site UPS shall have the UPS sized for 4 hours of full operation with all equipment energized and all repeater channels continuously keyed. The master site shall sustain full operation for a minimum 4-hour period. For other sites, there shall be an option to reduce the backup operating time to 2 hours. Existing dispatch center power systems shall be evaluated by the Proposer as to the adequacy in sizing for supporting the new system equipment proposed. 3. The UPS shall incorporate single or three phase (as appropriate) input and output over current protection. A maintenance bypass switch shall be provided, and UPS units shall also be wired with bypass switches, which allow the unit to be taken fully out of service allowing commercial power to be fed to the load. The system shall be "on-line" ferroresonant transformer technology or as an alternate; static Pulse Width Modulated (PWM) technology. The UPS shall be UL 1778 and 1449 listed. Acceptable vendors are Best Power Technology Inc., or an approved equivalent. 4. It shall be the responsibility of the Contractor to provide plans and specifications to install and test a complete and operable UPS system for each radio site included pursuant to this procurement. Equipment shall be new, factory tested, and shall be installed in the shelter prior to delivery to the site. 4.8.2

UPS Documentation

1. The following documentation shall be supplied to the Cities for each UPS supplied: a. Specification and data sheets depicting dimensions, weight, location of conduit entry, grounding and wiring requirements and details for bolting assembly frames to floor b. Schematic wiring diagrams showing input and output protective devices and field connections, battery connections, interconnect wiring, controls and instruments c. Manufacturer's certified standard test data d. Manufacturer's warranty documents e. Manufacturer's installation instructions

RCC CONSULTANTS, INC. 30

PAGE 148 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

f. 4.8.3

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Manufacturer's Operating and Maintenance Manuals UPS Warranty

A no-deductible warranty, which provides for onsite service by a factory authorized service contractor shall be provided. This warranty shall provide coverage against all defects in materials and workmanship for a minimum period of two (2) years from the final system acceptance date of the radio communications system. The batteries shall be warranted for ten (10) years - prorated basis from the date of first usage. 4.8.4

UPS Start Up Service

A factory authorized service representative shall provide initial start up service and shall conduct acceptance testing at each site at which the UPS is installed. Test records shall be furnished to the Cities. 4.8.5

UPS Ratings

1. UPS shall be continuous, "On-Line, No-Break" static type employing the latest state-of- theart solid state components incorporating microprocessor based Pulse Width Modulated (PWM) technology or Ferro resonant transformer design. The UPS system shall consist of free standing cabinets consisting of a rectified section, inverter section, batteries, solid state transfer switch, isolation transformer, manual synchronized make-before-break bypass switch and input and output over current protective devices. Also included are all status and alarm displays, remote interface communicator (typically RS-232 type), control devices, meters, components, cabling and connectors. Alarm monitoring shall be provided at the UPS site and shall be sent to the alarm reporting system. 2. UPS and associated components shall be housed in heavy-duty reinforced steel freestanding finished cabinets requiring front or side access. Batteries shall be housed in the UPS or if necessary, in a matching cabinet. 3. UPS rating shall be 240 volt r 10% single phase input and 120/240 r 3% single phase, three wire output, output frequency range of 0.1 Hz (or better), battery back-up time of approximately 120 minutes @ full load for 0.8 (lag) P.F. computer type loads. Temp. 0-40 degrees Celsius, Rel. Humidity 0-95% non-condensing, noise level: 60 dBA approx. @ 3' and noise reduction greater than 60 dB (normal mode) and 120 dB (common mode). UPSs’ shall be sized to support their designated loads, + 25% growth. 4.8.6

Description and Operation

1. The capacity of the solid state rectifier section shall be sufficient to maintain the battery in a fully-charged condition and continuously supply the required load through the inverter while floating the battery. 2. The system offered shall not include any switching device or devices which will interrupt the continuity of power in any way. 3. The output voltage of the UPS shall be maintained within r 3% over the nominal output voltage under any load conditions within UPS rating and ambient temperature range specified. 4. The sine wave output shall have a maximum of 5% total harmonic distortion over the entire range of output voltage at any load at any power factor.

RCC CONSULTANTS, INC. 30

PAGE 149 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

5. Automatic Frequency regulation shall maintain the output frequency to within r 0.1 Hz for all combinations of temperature, input voltage variation, and load variation. The output shall not follow the reference source beyond r 0.3% Hz of nominal frequency. When input returns to normal, the UPS shall automatically synchronize to the line frequency. 6. The components shall be selected to provide sufficient voltage capability and ample currentcarrying capacity to furnish reasonable margin for handling over-currents and minor voltage variations. In no case shall components be operated at more than 80% of the device's maximum steady state rating. 7. The UPS shall be capable of withstanding without failure, short circuit currents, and surges of magnitude and duration in accordance with ANSI/IEEE Standard C62.41, categories A and B. 8. The UPS shall be capable of carrying 100% of the rated UPS output current continuously and shall be capable of carrying 125% of rated output current for approximately 10 minutes. 9. The system transient response shall be r5% from nominal peak voltage for 100% load step. Voltage recovery shall be within 4 mSec. to r3% of nominal voltage. 10. The battery system shall be of the lead acid maintenance-free sealed, non-gaseous type with a minimum ten (10) year life. 11. The rectifier shall maintain a DC output voltage regulation of r1% with a maximum of 2% RMS ripple. Rectifier shall be of the solid-state full wave SC bridge design to limit AC waveshape distortion on the power system. 12. As a minimum, over current protection (10 KAIC circuit breakers or 100 KAIC C.L. Fuses) shall be provided for: a. AC Input b. Rectifier Input c. Inverter Input d. AC Output e. Battery Input 4.8.7

UPS Accessories

1. The following items shall be mounted on the instrument panel of the UPS cabinet via microprocessor based LED or equal display (including lights/meters) for the following characteristics: a. Mode Select Switch (UPS Normal, UPS Bypass & Battery Modes) b. Input AC Voltage c. Battery DC Voltage d. Rectifier DC Voltage e. Output AC Voltage f.

Output AC Amperage

g. Output AC Frequency h. Synchronizing verification

RCC CONSULTANTS, INC. 30

PAGE 150 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

i.

Low Battery DC Voltage Indication

j.

Static Switch Position Indication

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

k. Manual By-Pass Mode Indication l.

Float-Equalize switch/timer DC Circuit Indication

m. % Rated Load Indication n. Battery back-up time available in Minutes. 2. The following conditions shall have audible and visual alarms in addition to dry contacts that shall be connected to the alarm system by the Contractor: a. Low & High Battery Voltage b. Automatic Bypass Operation c. Emergency Operation (UPS on Battery) d. Rectifier/Inverter Failure e. Common Trip Alarm (form "C") 3. All external power and control connections shall be terminated on terminal blocks and identified clearly on wiring diagrams. 4. The UPS cabinet and battery cabinet (if not in UPS cabinet) shall be provided with a ¼" x 1" copper ground bus with mechanical type lug connector #6-#1/0 AWG copper ground cable. UPS manufacturer shall indicate on applicable drawing(s) requirements for neutral-ground bonding per UL Listing qualifying as "Separately Delivered System" per NEC Art. 250.

Proposer Compliancy Proposers shall insert a complete Point by Point response that addresses each numbered point or paragraph listed in this section. The response shall address at a minimum, the following: 1. Read and Understood: Where appropriate, when there is a point or paragraph that does not specifically require that the Proposer indicate any level of compliancy and this point or paragraph is provided for informational purposes, the Proposer shall indicate that it has read and understood that point or paragraph. 2. Fully compliant with this point or paragraph: This shall indicate that the proposer fully understands the specification and is fully compliant with this requirement. 3. Partially compliant with this point or paragraph: This shall indicate that the Proposer does not fully meet the requirement or intent of the specification. The Proposer shall provide a complete description of why they do not meet the full requirement of the specification and then state their clarification or substitution for that particular point or paragraph. 4. Not Compliant (Exception): This shall indicate that the Proposer’s solution does not comply with this specification listed in this point or paragraph.

RCC CONSULTANTS, INC. 30

PAGE 151 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Radio System Interconnectivity

Section

5

Section 5—Radio System Interconnectivity 5.1 5.1.1

General Information Microwave Radio System Overview

The Cities are requiring that the Proposers must include the design and cost for a complete microwave ring protected system, which will connect to each of the radio sites and primary dispatch centers. The microwave network will be the primary means of connectivity for the new P25 Radio System. In conjunction with the ring protected microwave network, the system must also accommodate another level of redundancy utilizing a fiber network owned by the Cities and is in place at most of the tower sites and dispatch centers that will be used. The following table lists the specific requirements and current capabilities of the sites that will be used in the new system. As stated earlier in this RFP, the RFP does not state that a Proposer “must” use a particular radio site in its system design, however it does list the “preferred” sites that should be considered. Table 5.1A – Site Requirements & Capabilities Site

Garland Primary Dispatch

Garland Back-up Dispatch & Water Department Dispatch

Mesquite Primary Dispatch

Mesquite Back-up Dispatch – Fire St. #7

Microwave Requirements This Center will most likely support the MSN, IP Core, or NSC. It must be interfaced to the ring protected microwave system which will be the primary form of system interconnectivity The Cities would consider a microwave spur for this center with high reliability and built in redundancy, Proposers shall describe this redundancy if it is proposed This Center must be interfaced to the ring protected microwave system which will be the primary form of system interconnectivity This Center will NOT have a microwave link due to the inability to erect a radio tower at this site

RCC CONSULTANTS, INC. 30

Fiber Capabilities This center has existing fiber and will be connected to the system as another level of redundancy

This center has existing fiber and will be connected to the system as another level of redundancy

This center has existing fiber and will be connected to the system as another level of redundancy This site does have fiber and will be the primary form of connectivity to the system

PAGE 152 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 5.1A – Site Requirements & Capabilities Site

Microwave Requirements

Fiber Capabilities

Rowlett Dispatch

The Cities would consider a microwave spur for this center with high reliability and built in redundancy, Proposers shall describe this redundancy if it is proposed

There currently is not any fiber to this dispatch center

Sachse Dispatch

The Cities would consider a microwave spur for this center with high reliability and built in redundancy, Proposers shall describe this redundancy if it is proposed

There currently is not any fiber to this dispatch center

GP&L Dispatch

The Cities would consider a microwave spur for this center with high reliability and built in redundancy, Proposers shall describe this redundancy if it is proposed

This center has existing fiber and could be connected to the system as another level of redundancy to support a possible microwave spur

Garland ISD Dispatch

The Cities would consider a microwave spur for this center with high reliability and built in redundancy, Proposers shall describe this redundancy if it is proposed

Currently, the site does not have a fiber connection to the City’s network

Rowlett Road Radio Tower Site

This site would be required to be part of the ring protected microwave system

Commerce Water Tower Site

This site would be required to be part of the ring protected microwave system

Forest Lane Radio Tower Site

This is a new site and would be required to be part of the ring protected microwave system

Ben Davis Radio Tower Site

This is a new site and would be required to be part of the ring protected microwave system

RCC CONSULTANTS, INC. 30

This site does have fiber and would be connected to the system to provide another level of redundancy This site does have fiber and would be connected to the system to provide another level of redundancy This is a new site and if used, the City would provide fiber and it would be connected to the system to provide another level of redundancy This is a new site and if used, the City would provide fiber and it would be connected to the system to provide another level of redundancy

PAGE 153 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 5.1A – Site Requirements & Capabilities Site

Microwave Requirements

Rowlett Fire St. # 2 Radio Tower Site

This is a new site and would be required to be part of the ring protected microwave system

Town East Water Tower Site

This is a new site and would be required to be part of the ring protected microwave system

Mesquite Service Center Radio Tower Site

This site would be required to be part of the ring protected microwave system

Mackenzie Water Tower Site

This is a new site and would be required to be part of the ring protected microwave system

Forney Radio Tower Site

Garland Radio Communications Center

5.1.2

It would be preferred that this site, if used were to be part of the ring protected microwave system. Loading on the tower may prevent this. The Cities would consider a microwave spur with high reliability and built in redundancy, Proposers shall describe this redundancy if it is proposed The Service Center shall house system management and alarm reporting system equipment and shall require a direct connection to the Master Site Network. Proposers shall include a solution for the most reliable method for connecting the Center to the system

Fiber Capabilities This site has been approved for a radio tower but will also be the site for the City’s new fire Station #2. It will eventually have fiber available so if the site is used for the radio system, it should be prepared to accommodate a future fiber connection This is a new site and if used, the City would provide fiber and it would be connected to the system to provide another level of redundancy This site does have fiber and would be connected to the system to provide another level of redundancy This is a new site and if used, the City would provide fiber and it would be connected to the system to provide another level of redundancy

Currently, the site does not have a fiber connection to the City’s network

The Center does have fiber and could be connected to the system in this manner however Proposers are requested to state the most reliable method for connection to the system

Basic Requirements

1. This section defines the basic 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

RCC CONSULTANTS, INC. 30

PAGE 154 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

items which are necessary to provide a complete and fully functioning system must also be furnished and installed by the Proposer. 2. The Contractor must 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 3. The topology of the microwave system must be designed by the Contractor to efficiently achieve the connectivity required by the proposed P25 Radio System. 4. Full connectivity of all traffic must be provided at the Radio System MSN, IP core, or NSC 5. 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. 6. Microwave “spurs” will be considered when necessary. Any spurs used would require that built-in redundancy be available. This redundancy shall be detailed in the proposal. 5.1.3

Existing Fiber Optic Network

The Cities maintain a Fiber Optic Network to the majority of the sites that shall be used at radio sites and both the Garland and Mesquite primary and back-up dispatch centers. If route expansion and/or connections are needed to this network, the Cities will facilitate the necessary work and provide the Contractor a suitable interface at the location needed. 5.1.4

Capacity

1. The microwave backhaul network must be designed with sufficient capacity to accommodate the traffic requirements of the P25 Radio System plus a minimum of 40 percent growth to each site. The Contractor must provide a detailed channel plan for the microwave system. 2. The microwave network must support data rates ranging from 150 Mb Ethernet down to DS1 to efficiently use the available spectrum and bandwidth, while meeting the capacity requirements of the interfaces with base radios, network control equipment, and any other components or network resources, which may be identified. Fiber optic cable will be incorporated into the microwave network design and implementation to the extent that A) it meets all other requirements for connectivity, quality, and availability and B) its use is approved by the Cities. 3. The Proposer must describe future system capacity expansion capabilities and expansion limitations for the proposed equipment, including module/filter replacements, antenna changes, etc.

5.2 5.2.1

Technical Design Ethernet and Internet Protocol

1. The Microwave network will be provisioned for a new multi-band, Time-Division Multiplexing or TDM (T1) / Ethernet (IP) hybrid digital microwave communications network to support the new P25 Radio System for the Cities as specified elsewhere in this document. 2. The microwave network must be of such design that any unused T1 traffic bandwidth is available to the Ethernet bandwidth. T1 traffic must be true TDM. 3. Ethernet traffic must be true Ethernet. Ethernet over T1 or T1 over Ethernet is not allowed due to latency concerns.

RCC CONSULTANTS, INC. 30

PAGE 155 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

5.2.2

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Multi-Protocol Label Switching (MPLS)

1. MPLS must be implemented in all backhaul networks to insure Public Safety traffic has top priority over other traffic. 2. The microwave terminals proposed by the Proposer shall be capable of transporting Ethernet packets from end to end of the Microwave network. 3. Proposer shall propose MPLS Router equipment capable of providing the following MPLS service: a. Aggregation of multiple services b. Fast Re-Route (FRR) c. Link Aggregation Groups (LAG) d. Interfaces for 10/100/1000 Ethernet e. Capability to interface to existing Fiber Optic network(s) as another level of redundancy f.

Provide Traffic Management and QOS

4. Proposer shall provide all network engineering services required to implement the MPLS services for the P25 mission critical traffic and other lower priority traffic, in manner that prefers and protects the P25 traffic. 5.2.3

Redundancy and Reliability

1. In order to implement a highly reliable mission critical communications network, the Cities has the goal of a route reliability of 7 nines, utilizing microwave ring protection, existing fiber system backup, and any partial or full mesh networks that the contractors are capable of providing. Proposers are to define and describe the methods and calculations used to achieve this 2. Where ring protection is achieved, all microwave radios must still be Monitored Hot Standby (MHSB), to provide both route and equipment redundancy. 3. Wherever ring protection is not provided, only microwave frequencies not subject to rain outage must be used and radios must be configured as MHSB or MHSB with space diversity, if required. Backbone or spurs must not extend more than two hops from the control station or an access point on the microwave ring. 4. Redundancy of the microwave radio network must 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. Network Reliability: 5. The contractors are to calculate and provide the route availabilities at full bandwidth 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.

RCC CONSULTANTS, INC. 30

PAGE 156 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

UL= Loop-switch or other ring switch equipment unavailability. Uo = (N-1) Ue + UL 6. Microwave Spurs must not be longer than two (2) microwave paths. 5.2.4

Microwave Path Reliability and Design

1. Path design data must be provided for all proposed paths. This design data must include path profiles, reliability calculations, radio and antenna details, and all other supporting data. 2. Proposer must include a tree growth factor of 20 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 must 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 of 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. 3. All paths in the system, including rings and spurs, must be designed for a minimum two-way path reliability of 99.9999% per year using the Vigants-Barnett model. The 10-6 BER receiver threshold at full capacity bandwidth must be used as the outage point. Adaptive modulation must not be included in any path reliability calculations. 4. Minimum fade margin for any path must be 38 dB. 5. All paths in the system, including spurs and rings, must have a required long-term, un-faded RBER (residual bit error rate) of 10-11. 6. All paths in the 11 GHz band and any band where rain outage is a significant factor, must be designed for a minimum two-way rain availability of 99.9999% per year, using the parameters and methods of Crane 96 with the latest published rates or charts. The 6 GHz band is preferred for all ring paths. The 18 GHz or higher frequencies must not be used. 7. Contractor must be responsible for the complete design of all microwave paths. If criteria other than those defined in this section are proposed, Proposer must provide details in the proposal, stating all specific differences and why those are being suggested in place of those stated. 8. Contractor must 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 must guarantee the paths clear of any and all obstructions and that reflections are not an issue. 9. Contractor must be responsible to provide all personnel, maps, proper instrumentation, and any other equipment or material necessary to perform the physical path and site surveys. 10. 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 must state the pre-existence of these objects. In addition, Contractor must search for existing construction plans, permits, etc., for proposed structures (towers, buildings, landfill, stockpiles, etc.) along the projected path. If new or existing structures are proposed to grow in height, the Contractor must consider the future construction in microwave path calculations. 11. Contractor must provide results of the physical path surveys on every path. These submittals must provide, as a minimum, the following information: a. Verified site geodetic coordinates in NAD83 formats. b. Verified ground elevations along paths. c. Obstruction heights and locations along microwave paths.

RCC CONSULTANTS, INC. 30

PAGE 157 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

d. 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. 12. Contractor must provide results of physical site surveys of every site. These submittals must provide, as a minimum, the following information and material: a. Verified site geodetic coordinates in NAD83 formats. b. Verified site elevations. c. General site characteristics: access, nearest utility power location, soil conditions, surrounding land features, and optimum positioning for new towers. d. Location map plotted on United States Geological Survey (USGS) 7.5 minute map. e. Proposed plot plan.

5.3 5.3.1

Microwave Radio Equipment Requirements Microwave Equipment

1. Contractor must 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 City area. 6 GHz microwave radio systems are preferred throughout the system. The successful contractor will be responsible for the licensing of each of the microwave paths used in the system. 2. The RF paths planned for the digital microwave network must utilize FCC Part 101 frequencies assigned for full-period service in available 6, upper 6, and 11 GHz frequency bands. As stated earlier in this Section, it is preferred that all paths in the microwave ring operate in the 6 GHz frequency band. 11 GHz frequencies must operate in the vertical polarity. 3. To the greatest extent possible, consideration must be given to minimizing differences in product lines and equipment types while maximizing availability and performance. 5.3.2

Microwave Radio Specifications

1. All microwave radio equipment must be indoor equipment in 7-foot tall, self-supporting, EIA standard, 19” equipment racks. Absolutely no Split mount microwave equipment will be allowed. 2. Each rack must have a separate fuse panel with alarm and a ground bar. 3. Redundant equipment must have dual, independent power feeds from separate circuit breakers to ensure that no single point of failure will cause a disruption of service. 4. All indoor microwave site equipment must operate within the full specification requirements over a temperature range of 0° to 55° C with up to 95% humidity (non-condensing). 5. All work on towers must be done by certified (and licensed if required) tower climbers utilizing standard safety requirements with a spotter on the ground. The successful Contractor assumes all risk and liability regarding installation worker’s safety. 6. The microwave and ancillary equipment must 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.

RCC CONSULTANTS, INC. 30

PAGE 158 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

7. All radios must be compliant with FCC Rules and Regulations, Part 101 and type-accepted for its intended use, specifically including spectral density requirements. 8. MHSB receivers where required must 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. 9. Switching between redundant receivers in MHSB or SD configurations must employ hitless switching, causing no errors in the data throughput. 10. Microwave radios configured as MHSB, must have the capability to automatically switch far end transmitters via a control signal through the reverse path when the BER of both receivers BER Degradation falls below 10-6. Radios configured for space diversity must include an adjustment to equalize delay (Differential Absolute Delay Equalization) DADE for different waveguide lengths for space diversity antennas. 11. Radios must be installed accessible to general maintenance personnel. Microwave network equipment only accessible by climber certified personnel IS NOT allowed. 12. Minimum additional functional requirements for each microwave radio must include: a. Forward error correction b. Time domain and slope equalizer c. Automatic Transmitter Power Control (ATPC) 5.3.3

Microwave Radio Service Channel and Orderwire

1. The digital service channel must employ radio overhead to permit a minimum of one (1) voice circuit and two (2) independent RS-232C data transmission circuits between all sites without consuming payload capacity. 2. The service channel must be interconnected between radios to prevent loss of channel connectivity in the event of loss of any single spur or ring radio. 3. Each site must 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. 5.3.4

Diagnostics, Controls, Alarms, and Monitoring

1. All microwave radios must 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: a. 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. b. 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 (see also Section C.7.3.2 Architecture). 2. Proposer must supply a list of alarms, programmable parameters, and manner of access for each type of microwave radio. 3. At least eight (8) external alarms and at least four (4) external control points (for environmental alarm and control) must be provided for each site, in addition to those internal ones employed for radio and MPLS Router alarm and control. Each external alarm or control interface must use a dry contact interface.

RCC CONSULTANTS, INC. 30

PAGE 159 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

4. Radio status and performance information must also be made available via an SNMP NMS, as specified anywhere in this RFP. 5.3.5

Microwave Radio Network Management Systems (NMS)

1. An NMS must be provided for the microwave radio network. The NMS must have at least two (2) points of access to its respective operating radio network, such that no single point of failure or ring operation must disrupt communication between the masters and their respective operating equipment network. One of the terminals must be placed at the Radio Communications Center and at the Master Network Site. Please refer back to Table 5.1A for system locations 2. Two identical NMS must be provided at two (2) locations as stated above – primary and the backup. Each master NMS must: a. be powered by 120 VAC/60 Hz from a UPS provided by Proposer to carry the planned load for at least four (4) hours, b. 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, c. contain graphical user interfaces (GUI’s), views including, at 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, d. 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, e. 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, f.

Include software and hardware as needed for configuration and provisioning management as well as performance monitoring of its respective network.

3. The master at the Primary Center must 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. 4. In the proposal, Proposers must: a. List all alarms for each microwave radio type, b. List all alarms for the DS1/3 multiplexer and MPLS Router, c. Separately explain how the information will be transported to the masters from the radio and from the multiplex and MPLS Router equipment, d. Explain how the information will be displayed on the respective masters, e. List what equipment will be provided at the master sites. 5.3.6

General Equipment Requirements for All Microwave Sites

1. All materials, design, and construction procedures must be in accordance with all applicable Federal, State, and local building codes

RCC CONSULTANTS, INC. 30

PAGE 160 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

2. Equipment to be used in the primary and backup master sites must be provided in racks to the maximum extent practical, except for alarm and control computers and monitors, which may be better suited for desktop placement. 3. 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 must 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: a. VHF Base/Mobile Stations b. UHF Base/Mobile Stations c. 700/800 MHz Base Stations d. 700/800 MHz Hand-held Radios e. VHF/UHF Hand-held Radios f.

DC Power Systems

4. All microwave system equipment, microwave path design, and construction must comply with the latest editions of the following applicable rules, regulations, standards, and specifications from the following: a. Federal Communications Commission (FCC) 1) Rules, Part 2 2) Rules, Part 15, Subpart B for Class A devices 3) Rules, Part 101, Fixed Microwave Services b. BellCore Technical References and Advisories and Compatibility Bulletins: 1) GR-1089-CORE – Electromagnetic Compatibility and Electrical Safety General Criteria for Network Telecommunications Equipment 2) TR-NWT-000063 – Network Equipment Building Standards (NEBS) Generic Equipment Requirements 3) GR-NWT-000253, Issue 6 – Synchronous Optical Network (SONET) Transport Systems: Common Generic Criteria 4) TR-TSY-000332 – Reliability Prediction Procedures for Electronic Equipment 5) TR-TSY-000496, Issue 3 – SONET Add-Drop Multiplex Equipment (SONET ADM): Generic Criteria 6) GR-1400-CORE, Issue 1 – SONET Dual-Fed Unidirectional Path Switched Ring (UPSR) Equipment Generic Criteria 7) TR-TSY-000499 – Transport Systems Generic Requirements (TSGR) Common Requirements, Issue 2 8) TA-TSY-000752 – Microwave Digital Systems Criteria 9) TR-TSY-000009 – Asynchronous Digital Multiplexer Requirements and Objectives c. IETF, IEEE, and ITU-T Standards and Protocols

RCC CONSULTANTS, INC. 30

PAGE 161 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

1) IETF-MPLS-06 Multiprotocol Label Switching 2) IETF-L2VPN-05 Layer 2 Virtual Private Networks 3) IETF-L3VPN-05 Layer 3 Virtual Private Networks 4) IETF-PWE3-04 Pseudowire Emulation Edge to Edge 5) IEEE-802.3 Ethernet 6) IEEE-802.1P/Q VLAN Tagging 7) IEEE-802.3ad Link Aggregation 8) IETF RFC-3036 LDP Specification 9) IETF RFC-3031 MPLS Architecture 10) IETF RFC-3032 MPLS Label Stack Encoding 11) IETF RFC-2544 Benchmarking Methodology 12) IETF RFC-4090 Fast Re-route Extensions to RSVP-TE for LAP Tunnels 13) ITU-T G.8032 Ethernet Ring Protection Switching 14) ITU-T Y.1564 Ethernet Service Activation Test Methodology d. American National Standards Institute and EIA/TIA standards: 1) T1.105 – Digital Hierarchy Optical Interface Rates and Formats Specifications 2) T1.106 - Digital Hierarchy Optical Interface Specifications (single mode) 3) T1.102 – North American Digital Hierarchy – Electrical Interfaces 4) T1.313 – Electrical Protection for Telecommunications Central Offices and Similar Type Facilities 5) T1.333 – Grounding and Bonding of Telecommunications Equipment 6) T1.334 – Electrical Protection of Communications Towers and Associated Structures 7) ANSI-J-STD-607-A-2002 _ Commercial Requirements for Telecommunications

Building

Grounding

and

Bonding

8) T1.403 – Extended Superframe Format Interface Specification 9) C37.90.1 – Surge Withstand Capability Tests 10) C37.90.2 – Withstand Capability of Relay Systems to Radiated Electromagnetic Interference from Transceivers 11) TIA/EIA-222 (latest version) – Structural Standards for Steel Antenna Towers and Antenna Supporting Structures 12) RS-252- (latest version)– Standard Microwave Transmissions Systems 13) TSB-10-F – Interference Criteria for Microwave systems 14) EIA-195 (latest version)– Electrical and Mechanical Characteristics for Terrestrial Microwave Relay System Antennas and Passive Reflectors 15) EIA- 210 (latest version)– Terminating and Signaling Equipment for Microwave Communications Systems

RCC CONSULTANTS, INC. 30

PAGE 162 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

16) EIA-310 (latest version)– Racks, Panels, and Associated Equipment 17) Traffic interface and access 5.3.7

DSX, System Timing and Loopback Testing

1. A DSX access panels and/or RJ 45 jack panels must be provided at every microwave site and must serve as the demarcation point between the microwave network and the P25 Radio System. 2. If needed, the DSX panel must provide access to every DS1 circuit dropped at the site, whether subsequently connected to a DS1 interface to another 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. 3. Sufficient quantity and stability of precise timing sources must 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. 4. Loopback test capability must be provided at each site for each circuit and for each traffic speed accessible at that site. Loopback must be controllable locally and from the remote end of a circuit, as well as via the SONET multiplexer, and its NMS master. 5.3.8

DC Power System

1. All microwave site equipment (radios, alarms, except the waveguide dehydrator) must be powered by a positive-ground, 48-volt battery system furnished by the Contractor. Each system must include batteries, battery rack, or mounting hardware, float-type battery charger, low voltage disconnect, and DC load center. 2. The entire DC power system must 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. 3. Each battery charger must: a. 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. b. Have sufficient filtering and regulation to power all or any portion of the load without the need for batteries. c. 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. d. Have separate dry-contact alarm points for, at a minimum, low voltage, high voltage, charger failure, and loss of AC input. e. Operate from 208 or 240 VAC, as appropriate to the site installation. f.

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.

4. Each battery system must: a. be modular and of the stationary, sealed, valve-regulated, maintenance-free type.

RCC CONSULTANTS, INC. 30

PAGE 163 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

b. be designed for a minimum 20-year life expectancy. c. Have sufficient capacity to provide a minimum of 8-hours operation of the microwave station equipment including the future growth identified above. d. Include secure mounting rack or facilities and include protection from ruptured battery cells. e. Not require venting facilities or a special battery room 5. A wall-mounted DC load center with circuit breakers must be provided with the DC power system to provide protected DC distribution to all -48 VDC-powered equipment, including future growth. 6. An automatic low-voltage disconnect must be provided to protect the batteries from over discharging.

5.4 5.4.1

Microwave Antenna Systems Microwave Antenna System Requirements

1. Microwave antennas must be selected by Contractor and be FCC-Part 101-Category “A” compliant, parabolic dishes. 2. 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 cannot do damage. 3. 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. 4. Antenna systems must use standard waveguide sizes and rectangular flanges of a consistent type to the maximum extent practical, to minimize sparing and tool costs. 5. 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. 6. Where transmission lines consist of elliptical waveguide, it must be of premium quality, use pretuned 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 must not be used outdoors. 7. 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, must be provided for every microwave site with a pressurized feedline. 8. The dehydrator must 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 19qC (35q F) temperature drop in 60 minutes. 9. All dehydrators must provide dry contact alarms for at least low pressure, high humidity, and excess run time alarms.

RCC CONSULTANTS, INC. 30

PAGE 164 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

5.5

Network Testing and Inspection Requirements

5.5.1

General Acceptance Requirements

1. Proposers must understand that the ultimate acceptance for the microwave system is its functional suitability to meet the operational requirements of a mobile P25 Radio System, which it was designed to support. 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 P25 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. 2. Within 60 calendar days after final Radio System design, for every piece of equipment provided, the Contractor must provide six (6) paper copies and six (6) electronic copies of the following items for review by the Cities. a. Manufacturer’s Product Literature, b. Manufacturer’s Performance Data Sheets, c. Manufacturer’s Published Standard Warranty, d. Samples of all relevant manufacturer’s standard factory test and inspection forms, e. Complete Set of System Configuration Drawings, including an index listing, f.

Final Design Equipment List, organized by site,

g. Final Design Equipment List, organized in a sortable, Excel spreadsheet format with equipment line items as rows and site designations as columns 3. The microwave system acceptance process consists of several steps, itemized as follows: a. Review final equipment list for each site, including description, OEM name, model number, quantity, software revision number, b. Review relevant manufacturer’s standard factory test data sheets, c. Determine specifications to test or demonstrate and where each should be performed, d. Develop Factory Acceptance Test (FAT) procedure, e. Develop field test procedure, f.

Perform FAT procedure until confirmation of compliance is obtained,

g. Perform field test procedures until confirmation of compliance is obtained 4. 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 observed by the City, may be required and must be accommodated by the Contractor. 5.5.1

Microwave Factory Acceptance Testing (FAT)

1. The microwave system factory acceptance testing must:

RCC CONSULTANTS, INC. 30

PAGE 165 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

a. Be set up as a single, completely interconnected, and configured system simulation including all electronic equipment, specifically including all radios and NMS equipment. b. Include simulated system conditions for hop-to-hop fade margins and end-to-end BER measurements. c. Test Ethernet quality using RFC 2544, ITU-T Y.1564, and other such tests. d. Demonstrate actual system equipment operation with various staged fault conditions of the operating NMS. 2. Acceptance testing of the microwave system must 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 any contract resulting from this RFP User Acceptance Testing. 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. 3. Each alarm-generating test must be verified to produce a corresponding alarm on the NMS and the craft interface terminal. 4. 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 City’s Project Manager 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. 5. DC power supply specific tests: a. Measure all accessible power supply voltages and verify compliance with manufacturer’s published specifications at the time of contract execution. 6. Radio specific tests a. Verify radio nameplate/label and provisioning with system documentation, b. Receiver Checks: frequency, sensitivity, AGC calibration, MHSB switching, alarm verification to NMS, c. Transmitter Checks: frequency, power, MHSB switching, alarm verification to NMS. 7. Transmission specific tests a. Orderwire levels and function, DTMF dialing – selective and all-call b. Reverse Channel Switch (MHSB only) 8. Antenna system specific tests: a. Each path must be aligned and tested to conform with engineering design and path survey calculations. b. Each antenna waveguide must be swept and plotted in accordance with manufacturer’s specifications at the time of contract execution. Measured return loss must be a minimum of 23 dB across the entire frequency band of interest. c. Antenna waveguide must be pressurized in accordance with manufacturer’s specifications at the time of contract execution and leak down tests will be performed to ensure leak rate does not exceed manufacturer’s specifications at the time of contract execution.

RCC CONSULTANTS, INC. 30

PAGE 166 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

d. Verify waveguide pressure alarm to NMS master. e. Verify the correct antenna sway brace and ice shield configurations. f.

Verify proper grounding and waveguide support

9. Power Plant specific tests and adjustments: a.

Measure and record individual cell and power plant total output voltages.

b. Set float voltage on charger. c. Set and verify alarm thresholds on battery charger in accordance with manufacturer’s specifications at the time of contract execution. Verify alarm indication on NMS. 10. Radio equipment specific tests: a. Transmitter: Using calibrated test equipment, measure, and record transmit power and frequency; verify operation of ATPC, if and where used. b. 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 11. Overall RF system testing: a. 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 and submitted to the City’s Project Manager for approval. b. BER test must 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. c. Test Ethernet quality using RFC 2544, ITU-T Y.1564, and other such tests 12. NMS system testing: a. Verify each environmental alarm from each site as listed in Section 2 performs as intended. b. Verify reporting to all NMS master sites. c. Verify proper display, acknowledging, logging, and storage of all alarms by each master. 13. Multiplex, timing and synchronization verification testing: a. 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. This shall be provided for every link in the system. Including each Ring and Spur participant. b. Verify that synchronization is maintained on each DS1, equipped, or unequipped. c. Verify operation of timing network in normal and backup (failed clock module) modes in all ring configurations. d. Verify proper automatic, alternate-route ring switching in all rings, as applicable. e. Total microwave system availability test

RCC CONSULTANTS, INC. 30

PAGE 167 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

14. Complete documentation of Field Test results must be provided upon completion of testing.

Proposer Compliancy Proposers shall insert a complete Point by Point response that addresses each numbered point or paragraph listed in this section. The response shall address at a minimum, the following: 1. Read and Understood: Where appropriate, when there is a point or paragraph that does not specifically require that the Proposer indicate any level of compliancy and this point or paragraph is provided for informational purposes, the Proposer shall indicate that it has read and understood that point or paragraph. 2. Fully compliant with this point or paragraph: This shall indicate that the proposer fully understands the specification and is fully compliant with this requirement. 3. Partially compliant with this point or paragraph: This shall indicate that the Proposer does not fully meet the requirement or intent of the specification. The Proposer shall provide a complete description of why they do not meet the full requirement of the specification and then state their clarification or substitution for that particular point or paragraph. 4. Not Compliant (Exception): This shall indicate that the Proposer’s solution does not comply with this specification listed in this point or paragraph.

RCC CONSULTANTS, INC. 30

PAGE 168 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Section

6

6.1

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Dispatch Centers Section 6—Dispatch Centers

Overview of Dispatch Center Requirements

The purpose of this Section is to outline the requirements of the different dispatch facilities operated by the participating agencies or will be attached to the system in the future system procurement. There are nine different dispatch centers included in this procurement: Dispatch Center Name

Dispatch Center Address

Garland Public Safety Dispatch

1891 Forest Lane

Garland Back-up Public Safety Dispatch

3300 Apollo Road

Mesquite Public Safety Dispatch

777 N. Galloway

Mesquite Back-up Public Safety Dispatch

1850 Clay Mathis

Rowlett Public Safety Dispatch

4401 Rowlett Road

Sachse Public Safety Dispatch

3815 Sachse Road

Garland Power & Light Dispatch

525 East Avenue B

Garland Water Department Dispatch

3300 Apollo Road

Garland ISD Dispatch

701 N. First Street

Each of these centers has unique requirements based on their own general operating policies and procedures. Proposers will need to consider the individual requirements of each of these agencies and departments when developing a response to these specifications. This Section addresses the following items: ƒ

Dispatch console system general requirements.

ƒ

Logging recorder requirements.

ƒ

Fire station alerting requirements.

ƒ

Outdoor Warning System (Mesquite)

ƒ

Interoperability requirements.

6.1.1

Dispatch Console Systems

1. There are multiple dispatch centers that will be tied directly into the system. Each of these will have common capabilities and access to system resources and each will have customized operational requirements. Proposers shall review the different communications

RCC CONSULTANTS, INC. 30

PAGE 169 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

consoles and equipment at the current dispatch centers to familiarize themselves with the current console system environment. A basic description of each of these facilities has been presented in Section 1 of this RFP. 2. A new console system shall be proposed that employs a state-of-the-art IP network architecture based console system with GUI based operator and supervisory positions. The operator positions shall be "user friendly", highly reliable, and incorporate radio control in a manner that shall provide for efficient and simple operation for the dispatchers and department personnel in any combination of functions available. This Section states the minimum performance requirements for dispatch console system operation. The proposed system shall provide all of the necessary functions to control and monitor the radio system and related subsystems. 3. The proposed dispatch console system shall be a high-tier product specifically designed for use in a large-scale Public Safety/Mission Critical environment and shall be modularly expandable to support expected growth by the individual entities. The system shall be fully compatible with the associated Project 25 based trunked radio system infrastructure. 4. The console system shall incorporate redundancy in critical areas that can negatively impact operations if equipment or communication links failures occur. Connectivity between the console systems and the radio system’s IP Core, Master Network Controller (MNC), or Network Switching Center (NSC) shall have built-in redundancy. This redundancy shall be detailed in the Narrative portion of the Proposer’s response. The Proposer is responsible for providing the required connectivity or interface to any fiber based connections provided by the different Cities as well as the new microwave system where applicable. 6.1.2

Logging Recorder Systems

1. The new trunked radio system shall provide a logging recorder interface that allows the ability to record all trunked radio system talkgroups and conventional channel resources. 2. Proposers shall inspect the current recording systems used at the different centers and to the extent possible incorporate the use of these current systems in to the system design. If the existing recorders can be used, Proposers shall include any upgrades, additional hardware, or software that may be required in their proposal. 3. If it is determined that existing recorders cannot be used, new recorders shall be provided. A complete description of the logging recorder solution shall be included in the proposal that includes detailed information about how access would be supported for each of the individual agencies. Further specifications for any new logging recorder system provided is discussed later in this section. 6.1.3

Fire Station Alerting Systems

1. Each of the public safety dispatch centers shall be equipped with a state of the art Fire Station Alerting (FSA) system as part of this procurement. Proposers shall include a new FSA system for each of the Cities of Garland, Mesquite, Rowlett, and Sachse. 2. The new system shall be accessible from the main dispatch centers with an option for access to the system from the back-up centers in Garland and Mesquite. 3. The new FSA systems shall be integrated with each of the different agency’s CAD systems. 4. Further specifications for the FSA systems are discussed later in this section.

RCC CONSULTANTS, INC. 30

PAGE 170 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

6.1.4

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Outdoor Warning System

Proposers shall include all that is required to convert the Outdoor Warning System (OWS) to operate over the VHF frequency band. The City of mesquite shall provide the VHF frequency, however, Proposers shall state where the fixed end repeater shall be placed to maximize coverage and what will be required as far as equipment and FCC licensing. OWS activation systems shall include placement of equipment at the following locations: 1. Mesquite’s Primary Dispatch Center (Primary activation point) 2. Mesquite’s Back-up Dispatch Center 3. Mesquite’s mobile command center 6.1.5

Interoperability Requirements

Each of the different participating agencies has their own unique interoperability requirements. Proposers must understand that many of the interoperability requirements are unique, but many of them are also common. Proposers shall include the ability for different interoperability resources to be accessed by different dispatch centers over the network. These are discussed in greater detail later in this section.

6.2 6.2.1

General Requirements Dispatch Centers Requirements Overview

1. This section sets the minimum performance standards for the dispatch console systems that will be placed at each of the centers included in this procurement. The dispatch systems at each of the centers will consist of numerous dispatch consoles and associated hardware, software, equipment enclosures and control electronics. The equipment shall provide all of the necessary functions to control and monitor the trunked simulcast radio system, two-way conventional base stations, repeaters, and related subsystems. The console system shall be capable of facilitating future radio system expansion needs in the most efficient and flexible manner possible. 2. In the new system to be proposed the following will be required at each of the different centers: a. Garland Public Safety Dispatch: The City of Garland will require a one-for-one replacement of its existing seven (7) consoles at its primary dispatch center with the addition of a new console position for a total of eight. The new console positions shall be labeled as follows: x

Operator Position 1 -

North Police Dispatch

x

Operator Position 2 -

South Police Dispatch

x

Operator Position 3 -

Fire Dispatch 1

x

Operator Position 4 -

Fire Dispatch 2 - NEW

x

Operator Position 5 -

NCIC 1

x

Operator Position 6 -

NCIC 2

RCC CONSULTANTS, INC. 30

PAGE 171 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

x

Operator Position 7 -

Training Console

x

Operator Position 8 -

Supervisor Console

b. Garland Back-up Public Safety Dispatch: This center will require three (3) new dispatch console positions and two (2) new dispatch console positions that are deployable over a laptop computer (laptop computers shall be included). c. Mesquite Public Safety Dispatch: The City of Mesquite will require a one-for-one replacement of its existing eight (8) consoles at its primary dispatch center. The console positions shall be labeled as follows: x

Operator Position 1 -

PD Dispatch 1

x

Operator Position 2 -

PD Dispatch 2

x

Operator Position 3 -

NCIC

x

Operator Position 4 -

NCIC – Back-up

x

Operator Position 5 -

FD Dispatch 1

x

Operator Position 6 -

FD Dispatch 2

x

Operator Position 7 -

Training Console

x

Operator Position 8 -

Supervisor Console

d. Mesquite Back-up Public Safety Dispatch: The City of Mesquite will require a one-forone replacement of its existing five (5) consoles at its back-up dispatch center. The current console system is a standalone system that utilizes control stations for system access. The future back-up system shall be tied directly into the trunked radio network over City owned fiber with back-up control stations in the event of a link failure. e. Rowlett Public Safety Dispatch: The City of Rowlett will require a one-for-one replacement of its existing three (3) consoles at its primary dispatch center with the addition of a new console position for a total of four (4) console positions. The current console system is a standalone system that utilizes control stations for system access. The future primary system shall be tied directly into the trunked radio network with backup control stations in the event of a link failure. f.

Sachse Public Safety Dispatch: The City of Garland will require a one-for-one replacement of its existing three (3) consoles at its primary dispatch center. The console system is currently tied to the Garland radio system over a leased T1 circuit. In the new configuration, a microwave link shall be included that allows the center to be tied directly to the radio system.

g. Garland Power & Light Dispatch: This center will require a one-for-one replacement of two (2) new dispatch console positions. Implementation of a microwave link or use of City owned fiber will be required to tie this site into the network. h. Garland Water Department Dispatch: This center is co-located at the Apollo Water Department facility with Garland’s Back-up Dispatch Center. Two new desktop positions will be required here for the Water Department.

RCC CONSULTANTS, INC. 30

PAGE 172 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

i.

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Garland ISD Dispatch: Two new desktop positions will be required here for the GISD Security Department. These will be tied directly to the system over a new microwave link to the new radio system.

6.3

Dispatch Console Electronics

6.3.1

System Architecture

1. Garland and Mesquite understand that the P25 Standards process has evolved over the past decade and that currently good competition now exists within the user radio market sector. The cities also understand that much of the equipment and software for P25 trunked simulcast radio infrastructures is still vendor proprietary and that various vendors have added vendor specific functionality above and beyond what has been incorporated into the P25 Standards. Accordingly, for the initial system procurement, the cities prefer that the radio infrastructure and the user radios (mobile radios, handheld radios, and control stations be manufactured by the same company. This will allow for proper performance verification of all proposed system capabilities and functionality and will reduce the chance for problems and vendor finger pointing during the detailed system acceptance testing process. 2. The console systems shall feature state-of-the-art IP network architecture with GUI -based operator and supervisory positions that are "user friendly", highly reliable, and incorporate radio control in a manner that shall provide for efficient and simple operation by the dispatchers and department personnel in any combination of functions available. This section sets the minimum performance standards for the dispatch systems and operation. The proposed systems shall provide all of the necessary functions to control and monitor the radio system and related subsystems. 3. All proposed dispatch console systems shall be a high-tier product specifically designed for use in a large-scale urbanized Public Safety / Mission Critical environment and shall be modularly expandable to support expected growth by the individual agencies. The systems shall be fully compatible with the associated Project 25 based trunked radio system infrastructure. The console systems proposed shall be configured to provide continuous 24 hour non-stop full-featured operation utilizing the latest proven console system technology. 4. The console systems shall incorporate redundancy in critical areas that can negatively impact operations if equipment or communication links failures occur. Connectivity between the console systems and the radio system’s Master Network Controller (MNC) shall be fully redundant with diverse routing and automatic fault restoration so that loss of a link between the MNC and the console systems will not impact dispatch operations. The Proposer is responsible for providing the required IP connectivity between the console systems and the MNC. 5. The console system shall be modularly expandable and provide for future radio system expansion needs in the most efficient and flexible manner possible. Proposers shall state the maximum number of dispatch console systems that the proposed system will accommodate at any given dispatch center. 6. The Dispatch Console subsystem must be tightly integrated into the Radio System. The Dispatch Console subsystem must utilize Ethernet and Internet Protocol for connectivity with the rest of the radio system. The Dispatch Console subsystem must continuously run diagnostics to assure proper performance and must be equipped to automatically take

RCC CONSULTANTS, INC. 30

PAGE 173 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

corrective action to restore proper operation should a failure be detected. An alarm must be generated that is audible to a Supervisor when component failures occur. The subsystem must be configured for fully-redundant operation. Failure of any major component will automatically trigger switchover to a redundant component, without loss of communication capability. 7. The system architecture shall consist of two main components: a redundant, IP based electronics control package and dispatch operator consoles which share the electronics package. The console electronics shall use a distributed IP based multi-processor concept and shall employ a physical architecture that consists of electronic assemblies housing servers, routers, LAN/WAN gear, conventional channel interfaces, voice logging and instant recall recorder connectivity, dispatch operator positions, radio equipment (as appropriate) and auxiliary function interface modules. All circuitry contained in the radio control, signaling, and audio amplification sections of the console shall be solid state and shall be microprocessor controlled. 8. Each console operator position shall be PC based and have its own dedicated microprocessor controller board, as shall every radio and control interface in the system. All system audio shall be digitally encoded using time division multiplexing (TDM) and digital signal processing (DSP) techniques. Software used to determine the various functions to be performed by the console shall be field configurable. Firmware or software used to determine the various functions to be performed by the console system shall be field configurable . 9. All line interface and console supporting electronics shall be installed into standard 19" EIA racks. All circuit cards shall have routine adjustment controls, such as line input and output levels, conveniently accessible for adjustments. 10. The dispatch console system shall be expandable to accommodate additional radio dispatch operator positions without a major system upgrade. The quantities of operator positions have been listed above. Proposers shall state how many positions can be added to each dispatch center without a major upgrade. 11. All positions shall be capable of being programmed for full-featured operation on any of the trunked talkgroups incorporated into the trunked radio system, with proper system management approval. 12. For maintenance support, the Master Network Controller (MNC) shall be equipped with one (1) full-featured IP based radio dispatch operation position. This position shall be based on the same console product proposed for the primary dispatch centers. Console furniture is not required. 13. The Proposer shall confirm that sufficient physical space is available in each of the equipment rooms involved. The console electronics such as console servers, routers, external hard drives, conventional interface units, and LAN / WAN gear shall be installed in equipment racks within the equipment rooms of the different dispatch centers. Space for front and rear servicing shall be provided. Proposers shall provide scaled layout drawings, for the proposed electronics equipment and associated hardware. Such drawings shall be provided in Microsoft Visio, or AutoCAD format in print and electronic format on CD or DVD media. All electronic files provided to the Cities shall be thoroughly screened for viruses and spyware prior to submission.

RCC CONSULTANTS, INC. 30

PAGE 174 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

14. The console electronics shall contain the various microprocessor base station and receiver interfaces, console interfaces, auxiliary function interfaces and other interfaces needed for system operation. The interface controller circuit board cards shall be mounted in card cages. All controller cards shall be of plug-in design and shall be able to be inserted and/or removed from the card cage with power applied and the system on-line. 6.3.2

Console Auxiliary I/O Functions

1. Proposers shall state the maximum number of unique input / output functions the proposed system shall support. At a minimum, there shall be (16) unique outputs and (48) unique inputs for each dispatch center. Each I/O shall include a “soft button” and descriptive test line to identify the function and the status, respectively. Text colors shall be user definable. Auxiliary I/O shall support : a. Input b. Momentary output c. Toggled output d. Alarm input 2. Inputs / outputs shall be optically isolated or control relay switches that activate relays, open doors, and perform special tasks by depressing the “soft button” associated with it. 6.3.3

Grounding

For personnel safety and equipment protection, all console equipment shall be properly grounded. It shall be the responsibility of the Contractor to conduct a thorough inspection of the equipment rooms and dispatch areas at each of the dispatch centers and provide a report to the Cities of its findings, along with a cost proposal to rectify any found problems. 6.3.4

Power Line Surge Protection

Secondary AC line transient and surge protection shall be provided by the vendor for the console infrastructure electronics equipment and for each operator and supervisory position in the system. 6.3.5

Telephone Circuit Protection

Transient and surge protection shall be provided for each telephone circuit in the system. The surge protectors shall be sealed, three-element, gas filled spark gaps, having a nominal discharge current rating of spikes of 12,000 amperes or more. 6.3.6

Quality

All equipment shall conform to industry standards to be of the highest quality and reliability. All materials shall be new (not previously sold or refurbished) and shall be the best of their respective kinds, free of corrosion, dust, scratches, indentations or other such defects. The design and construction of the communications consoles and related equipment shall be performed in a neat and craftsman like manner and shall be consistent with professional engineering and installation practices.

RCC CONSULTANTS, INC. 30

PAGE 175 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

6.3.7

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Standards

All equipment shall meet or exceed the latest applicable standards of the FCC, EIA, NEC, IEEE, APCO Project 16B and APCO Project 25. In addition, the equipment shall conform to the requirements of the local telephone company with respect to the audio levels and control voltages that may be applied on telephone company lines. Proposers shall certify that the equipment being offered meets or exceeds all of the specified requirements. 6.3.8

State-Of-The-Art Design

The equipment proposed shall reflect the state-of-the-art in console system design. The offering shall only include items which will be in full production in conformance with the project schedule. The Cities anticipate operating the console systems provided for this procurement for at least 15 years without a major console system upgrade or replacement. 6.3.9

Console System Life Cycle

The proposal shall include a detailed explanation of the proposed console system’s product life cycle including console infrastructure components and operator positions. The proposal shall clearly identify where the system proposed falls within the system’s life cycle and clearly identify the expected lifetime of the proposed console system for the Cities. Products that are approaching the end of their life cycle shall not be proposed since they will face declining vendor support prematurely. 6.3.10 Agency Partitioning The console system shall allow multiple agencies to share a common system while maintaining full control over, and functional operation of, their respective resources. 6.3.11 Centralized System Configuration The console system shall allow all console configurations to be done at a single location with system changes automatically distributed across the system. The console system shall provide for robust system fault management from a centralized location and provide secondary remote fault management from an alternate location, such as the Garland radio maintenance facility. 6.3.12 Trunking Compatibility The console system shall be compatible with the trunked radio system specified, meeting all applicable standards of APCO Project 25 in effect at the time of proposal submission. The console system shall directly interface with the proposed trunked radio infrastructure at the network level and shall provide redundant, monitored network connectivity between the radio infrastructure and the console system. 6.3.13 Remote Console Capability Under certain conditions, the Cities may have the need to deploy remote console positions. Proposers shall describe their solution for the need to deploy a console position that can duplicate operation of a fixed console position but be operated using a laptop computer, similar to that required in the Garland Back-up Dispatch Center. It is understood that radio system network connectivity would need to be available. The availability of such a solution for a “fixed” point that has radio system network connectivity shall be described as well as the possibility of

RCC CONSULTANTS, INC. 30

PAGE 176 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

deploying a remote position “wirelessly” such as in a mobile command post that again will have full functionality. 6.3.14 Patching Capability The system shall provide for the flexible patching of talkgroups and conventional channels without the need for “double vocoding” which can degrade audio quality. Each operator position shall be capable of supporting up to five (5) patches on a temporary or permanent basis. A patching window will identify all patches in operation at any moment. In addition, all channel modules will provide a displayed indication when a talkgroup or channel is involved in a patch. Proposers shall include information about the operator position’s maximum patching capabilities. 6.3.15 Cabling 1. The following subsections highlight the cabling requirements for the console and related equipment. Please utilize the information obtained during the site visits to determine the specific requirements. 2. All cabling within the dispatch centers will be routed under the flooring neatly bundled and routed symmetrically in cable troughs where applicable. 3. Cabling within dispatch furniture shall be installed neatly and symmetrically within the console furniture’s cable management systems. 4. All cabling shall be plenum rated. 5. All cabling between the console system, other system components, and the microwave channel banks/control lines shall be connected at a demarcation point consisting of an integrated or pre-wired modular panel (such as ADC Telecommunications, AMP, and Ortronics). 6. The cabling between modular panels shall utilize flat 8-wire RJ45 cable and connectors. The modular interface panel for a specific piece of equipment shall be mounted on the same equipment rack as the equipment it serves. 7. Circuit identification shall be provided on the modular panels and the cabling. 8. The use of any conventional type 66 punch blocks is not acceptable. Extensive use of TELCO 25 cabling, especially for long runs, is not preferred. 9. All cabling shall be terminated with appropriate connectors for ease of field installation and shall be terminated to the nearest one foot length. All cabling used for system interconnection shall be tested during factory staging of the system. 10. A description and detailed wiring diagram of each modular panel utilized shall be provided as part of the “as-built” drawings.

6.4 6.4.1

Operator Console Positions General Console Position Requirements

1. The console system shall be designed to enhance the dispatchers' capabilities in performing resource management tasks and to minimize the effort and concentration required for efficient use and control of the trunked radio system. This shall in part, be accomplished

RCC CONSULTANTS, INC. 30

PAGE 177 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

through the use of high quality, touch screen LCD monitors for selecting dedicated channel and talkgroup control windows representing all base stations, repeaters, talkgroups, alert paging and auxiliary functions at each console. 2. To minimize operator confusion and the chance of errors being made, all channels, talkgroups and individual ID's shall be referred to and displayed by alphanumeric names. Numeric only references for talkgroup or channel names shall not be acceptable. Manually cross-referencing a channel name to a number shall not be acceptable for any dispatch operation. 3. It is desired that all control functions displayed be user configurable and organized on the viewing screen in the most efficient and flexible manner possible. The use of printed, paste-on and/or snap-on, mechanically engraved labels is specifically excluded under this specification. 4. Once customized for the individual user, screen configurations may be saved and recalled when desired. 5. Each function within each channel/talkgroup control representation, and all other functions controlled through the console shall be color-coded with user definable color choices. These functions shall include but not be limited to audio activity indicators, transmit push-to-talks, volume controls, etc. Touch screen and keyboard/mouse operations shall be used to select and use all dispatch functions. 6. The supervisory positions shall have Supervisory Control including the capability of overriding the other radio dispatch positions in that particular dispatch center. 6.4.2

Console System Reliability

1. Due to the critical nature of the Public Safety and Local Government services provided by the Cities, a high degree of console system reliability is required. The console system, to the greatest extent possible, shall: a. Provide continuous and automatic self testing and diagnosis b. Be automatically self-correcting c. Alert the operator and dispatch supervisors in the event of component or sub-system failure d. Allow continued system operation in the event of failure of a console sub-system, through isolation of the defective sub-system and use of redundant components. 2. 24-hour dispatch centers such as those included in this procurement are mission critical and cannot be disabled. A high degree of modularity is required to reduce the number of subsystems affected by a single component failure. The ability to repair, reprogram or replace sub-systems without impacting dispatch operations shall be provided, as continued console operation is necessary during repair. 3. Proposers shall recommend the spare modules and parts needed to promptly restore the console to full service following potential sub-system failures. The recommended spare modules and parts shall be listed as individual items including model or part number, description and cost. These costs shall be included in the overall system recommended spare parts listing to be provided in the Pricing Section of the proposal.

RCC CONSULTANTS, INC. 30

PAGE 178 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

4. The console system shall be interfaced with the system / network terminal and supply statistics and diagnostics identifying console sub-system failures and for the purposes of making service related inquiries. 5. Link Failure –Operator Level: The console system shall notify the operator and associated Supervisory position(s) of a link failure between the operator position and the console system. 6. Link Failure – Infrastructure Level: The console system shall notify all operator and Supervisory positions of a link failure between the console infrastructure and the Master Network Controller. 6.4.3

Fallback Operation

1. In the event that primary and backup network links between the console system and the radio infrastructure are lost, the console system shall revert to a fallback mode of operation utilizing RF control stations to communicate with field personnel. The Cities understand that in this mode of operation, some of the trunked system’s capabilities will not be available. The proposal must clearly address and describe what normal operational capabilities will not be available. 2. The fallback control stations shall be assigned to a dedicated channel select folder (screen) at the operator positions. When link connectivity is lost, a link failure message shall prominently appear on the LCD display to notify the operator that the console system is no longer in contact with the radio infrastructure. The operator can then select the fallback operation folder (screen) and the desired talkgroup to communicate with field personnel via the console and fallback control stations. 3. Control stations shall be rack mounted and installed in the equipment room of the various dispatch centers. Control stations shall utilize control station combiners where practical to minimize the number of antenna systems required at the different dispatch centers 6.4.4

Diagnostics

1. The console system shall be equipped with a number of self-diagnostic subsystems that shall continuously monitor and verify the correct operation of each distributed microprocessor, each audio path in the console electronics and between the electronics and each dispatch positions as well as the Master Network Controller. Diagnostic capability shall be distributed among independent and redundant subsystems and shall not rely on one central diagnostic circuit. 2. Each digital message routed through the system shall include error correction such as a Cyclical Redundancy Check or its functional equivalent to assure data integrity. The console electronics shall periodically run audio diagnostics through each transmit and receive audio path in the system. The audio paths shall include automatic audio level setting circuitry. 3. Should a fault be detected, the Supervisory consoles at the affected dispatch center shall be notified via the System’s Network Managers terminal, fault minimizing routines shall be automatically activated and diagnostic information shall be logged on an associated server and system printer. Diagnostic messages shall be presented in an easy to read text format which shall enable non-technical supervisory personnel to intelligently evaluate the situation and minimize disruption to normal operations. Diagnostic systems that require the dispatch supervisor to cross reference an error code to a fault message shall not be acceptable.

RCC CONSULTANTS, INC. 30

PAGE 179 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

4. In order to meet NFPA compliancy, the public safety radio system must be monitored for integrity as per the NFPA 1221 “Standard for the Installation, Maintenance, and Use of Emergency Communications Systems”. Proposers shall state how this is accomplished. 6.4.5

Power Supply

The console system servers, switches, controllers, and routers shall be supported by redundant power supplies. It is a critical requirement that a power supply failure shall not affect operations. External power to the console servers, routers, switches and equipment and the dispatch operator positions shall be supplied at a nominal 120 VAC at 60 Hz, single phase. Back-up power systems used to support the console system equipment room and the dispatch operator positions shall be evaluated by the Proposer to ensure these systems are adequate to support the new systems proposed. 6.4.6

End-to-End Encryption

1. The console system shall provide a high level of security by providing end-to-end AES encryption of selected talkgroups that are configured for encrypted operation. The system must provide an Encrypted/Clear selector for each talkgroup. 2. The talkgroup control window must indicate clearly and prominently whether the talkgroup is currently in encrypted or clear mode, 3. Talkgroups must be programmable to be either encrypted or clear by default. Manual selection of encrypted or clear by the dispatcher must override the default programming. 4. If the default is manually changed by the dispatcher, the talkgroup must automatically revert to the default mode of operation after a pre-determined time period, which must be configurable by an authorized System Administrator from one hour to 24 hours.

6.5

Console Operator Position Functionality

6.5.1

Console Position PC Equipment

Each of the radio dispatch consoles shall provide all controls that apply to the various channel/talkgroups and auxiliary functions for the console. Operator positions shall be PC based, utilizing modern PC equipment in current production at the time the system is staged in order to help provide a long equipment life. The PC shall be equipped with a heavy-duty keyboard and mouse, and a touch screen LCD display with a minimum 24” diagonal measurement screen. The operator position application shall be Windows based. The proposal shall identify the proposed operating system and provide a description of the PC equipment proposed for the project. 6.5.2

Console Position Functionality

Each console operator and supervisory position shall include at a minimum the following: 1. User login accounts – Each operator position and Supervisory position shall require a valid user login and security password to access the console system and its capabilities. The system shall provide multiple levels of access security for different levels of system usage.

RCC CONSULTANTS, INC. 30

PAGE 180 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

2. Talkgroup/Channel Select – Each talkgroup or channel shall be capable of independent selection by the dispatcher. The channel window shall provide a visual window indication when the corresponding channel is selected and when that talkgroup is transmitting. 3. Select Speaker – Shall provide audio from the selected channels/talkgroups, with an independent volume control. A volume level display shall be provided for each channel as well as a select speaker audio level adjustment that ranges from silent to full volume. The option for the audio to not be completely silenced from a particular channel or talkgroup shall also be described. 4. Unselect Speaker – Shall provide audio from unselected channels/ talkgroups, with an independent volume control for the unselect speaker. Up to four (4) unselect speakers shall be optionally available per operator position. The standard configuration shall include one unselect speaker. 5. Transmit Function – A color-coded transmit function to control the push-to-talk (PTT) function for the selected transmitter(s) and/or talkgroup(s). The PTT function shall be capable of being enabled by a PTT button on the headset, a PTT indication on the LCD display, and by the dual foot switch at the position. As stated elsewhere in these specifications, two headset jacks shall be included with each operator position, each of which shall operate identically. 6. PTT ID Display and PTT ID History – The PTT ID of the last subscriber unit to transmit must be prominently displayed on the GUI. By scrolling, the dispatcher must see a history of the last 50 PTT ID’s. a. A separate PTT ID display must be provided for the selected channel, and for each talkgroup and conventional channel. b. PTT ID entries must also display a time stamp. c. If the PTT ID has been assigned an alphanumeric alias, the alias must be displayed rather than an electronic serial number or Trunking ID code that would require the dispatcher to manually look up the user assigned to that radio. d. Aliases must be maintained in a single, common database accessible at all workstations. e. Aliases must have a maximum length of no less than sixteen characters. f.

Aliases may contain any character defined in the ASCII character set.

7. CTCSS Monitor or Disable Function – Shall disable the receiver CTCSS decoder of the selected base station(s) for monitoring purposes. 8. Console Clock – Shall display time in a twelve or twenty four-hour format (user selectable) and day of the year (HH:MM:SS day) at each operator position; The console clock shall derive its reference time signal from a GPS or WWV Master Time Source to be provided as part of the console system. The console system shall be capable of interfacing with existing time sources in the event that any of the Cities elects to utilize an existing time source. 9. VU Meter or Display – Shall present a visual indication of transmit audio levels. 10. Keypad – Keypad or screen representation of a keypad for numeric data entry.

RCC CONSULTANTS, INC. 30

PAGE 181 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

11. Microphone – A Microphone, either desk or gooseneck mounted, high fidelity, frequency response 20 Hz – 10,000 Hz or more, with a maximum of 1% distortion at normal sound pressure levels. 12. Intercom – Intercom between all operator positions shall be provided. A visual display shall be provided to identify both the calling and called parties by console name. Multiple simultaneous intercom conversations between individual consoles shall be possible. 13. Talkgroup/Channel/Telephone Cross Patch – this function shall allow cross patching talkgroups/channels and telephone to permit intercommunications. As participants are added or deleted, there shall be no variation in audio levels or quality. All patch audio shall be digitally processed. The patch shall utilize a single trunked channel when patching more than one talkgroup. The console systems shall contain a minimum of four (4) independent telephone patches for three phone lines. Dispatch Consoles must have the capability to patch between: a. Any trunked talkgroup and one or more other trunked talkgroups. b. One or more trunked talkgroups and one or more conventional channels. c. Any conventional channel and one or more other conventional channels. d. Any telephone line and any trunked talkgroup or conventional channel. e. There must be no limit to the number of talkgroups or channels that may be included in a single patch. There must be three types of console patches: f.

Hard – permanently pre-programmed patches, which the dispatcher cannot modify.

g. Soft – predefined patch, which may be activated or deactivated from the console. h. Dynamic patch – temporary patch created and controlled at the console level. i.

Active hard patches must be displayed to the console operators through the console workstation GUI, but the console operator must not have the capability to knock down the patch.

j.

A soft patch may be added to or removed from a hard patch at any time and in the same manner as the soft patch.

k. Talkgroups and conventional channels may be added to or removed from an existing hard or soft patch. l.

Often-used patch configurations may be stored and recalled for later use. Recall of a stored patch configuration must be through the console workstation GUI via a drop-down box or other method convenient to the console operator.

14. Talkgroup Call – The console system shall support trunked talkgroup calls on any talkgroups programmed into the system, with appropriate management approvals. 15. Trunked Announcement Group Calls – The console system shall support trunked announcement group calls on any announcement groups programmed into the system, with appropriate management approvals. 16. Trunked Emergency Calls – The console system shall support trunked emergency calls from any user radio programmed into the system, with appropriate management approvals. 17. Private Call – Selected users and dispatchers shall have the ability to selectively communicate “privately” with another individual on the system regardless of what talkgroup

RCC CONSULTANTS, INC. 30

PAGE 182 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

either unit is in. The call shall allow the two users to utilize a single channel resource to communicate without the participation of other units in their respective talkgroups. 18. Selective Alert – Selected users and all dispatchers shall have the ability to selectively send and receive alert to and from an individual user on the system regardless of what talkgroup either unit is on. The call shall allow an individual to alert another user with a distinctive tone and their individual ID (ID on display radios only). The alert shall be accomplished over the signaling (control) channel and shall not affect any voice channels on the system. 19. Radio Enable / Disable – Proposers shall describe how radios are enabled or disabled through signaling from the console position 20. Remote Monitoring – During an emergency situation, it may be necessary to open the microphone of a user radio. Proposers shall describe how the functionality is achieved. 21. All Mute – All console positions shall provide a one button “All Mute” function that will alternately temporarily mute or un-mute all incoming radio traffic audio to that position. An adjustable time-out-timer shall automatically cancel the all mute function after a predetermined time has elapsed. 22. ID Display Queuing – Queuing of at least ten plain English ID’s (ID scroll list) on the channel window for standard and emergency calls. 23. Maximum Number of Aliases – Proposers shall state the maximum number of unit and talkgroup aliases that can be displayed on the console and that are available on the system. 24. All Receiver Mute Function – A function that will immediately mute the received audio from all unselected channels shall be provided. This condition shall be indicated visually, and be automatically canceled by a user adjustable time-out timer. 25. Simultaneous Select – Controls shall be provided that allows the operator to manually select any combination of console controlled channels or talkgroups for simultaneous transmissions (multi-select). Three selectable combinations shall be allowed at the discretion of the dispatcher. The combined transmission shall utilize a single trunked channel when involving more than one talkgroup. All selected channel receive audio is routed to the Select speaker and headset(s). 26. Instant Transmit Function – Each operator position (including Supervisors) shall provide an instant transmit function which will allow the dispatcher to quickly key up a talkgroup by depressing the instant transmit “button”. 27. Emergency/Reset – All consoles shall be capable of declaring and receiving emergency alerts from user radios and other operator positions operating on the trunked radio system regardless of the status of the channel control window. Emergency messages shall be indicated by a flashing red ID, an emergency ID character and an audible alert. Dispatcher acknowledgment of the message shall silence the audible alert and stop the flashing display. The console system shall be capable of queuing multiple emergency messages in the display stack and the emergency ID character shall continue to flash until all messages have been viewed by the dispatcher. The most recent emergency declaration shall be displayed and the dispatcher shall be able to scroll through the queue to view queued emergencies. If no console is monitoring the talkgroup, the Dispatch Console must be capable of routing the emergency signal in the following manners: a. All Consoles b. No Consoles (emergency signal is discarded)

RCC CONSULTANTS, INC. 30

PAGE 183 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

c. One or more consoles which have been pre-selected to receive emergency signals from that talkgroup in the event the talkgroup is un-monitored. d. The disposition of emergency signals from un-monitored talkgroups must be configurable by an authorized System Administrator on a talkgroup-by-talkgroup basis. e. The routing of emergency signals may be changed at any time by an authorized System Administrator without the need for a re-start of software or hardware. f.

Changes must take place immediately.

g. The response time to display the emergency condition at the console position(s) must not exceed three (3) seconds. h. The display must identify PTT ID alias (if one is defined) of the subscriber unit initiating the emergency signal. Otherwise, the PTT ID must be displayed. i.

The audible and visual alert must continue to be displayed until the operator of one or more consoles acknowledge the emergency signal.

j.

Acknowledgement of the alarm at one console must silence other consoles, but must not cancel the emergency condition.

k. A separate action (other than the acknowledgement) must be required to “clear” the emergency and return the system to normal operation. l.

Acknowledgement of the alarm must send an electronic message to the initiating subscriber unit, which, if it is so programmed, must cause it to activate a light or another display to indicate that a dispatcher has acknowledged the emergency signal.

m. The electronic acknowledgement must not take the place of, or interfere with, a voice acknowledgment that may be made by the dispatcher. n. The emergency condition must be cleared by either of the following methods (both methods must be available and functional). o. An action by the dispatcher through the console workstation. p. An action by the user through the user’s subscriber unit. q. The Emergency feature shall be programmable to allow the alert message to be delivered and displayed in predefined ways, including display on the current talkgroup in use by the person declaring the emergency, and display on a separate pre-defined talkgroup. 28. Alert Tones – The console system shall provide to the operator a minimum of five distinct over-the-air tones to be used for alerting purposes (three pre-set and two user configurable). Each alert tone shall be immediately broadcast on the selected talkgroup, group call or all call, when activated. Tones shall be presented in the headset as side-tone audio only, at a reduced volume level to confirm that the tone was generated and sent. The operator shall have the ability to import and assign WAV. files to an alert tone button. The following selections shall be available as a minimum: Alert 1:

Steady Alert Tone – shall generate a nominal 1000 Hz steady tone

Alert 2:

Warbling Tone – shall generate a warbling tone

Alert 3:

Pulsed Alert Tone – shall initiate an automatic sequence of tones consisting of nominal 1000 Hz tones, for a period of two (2) seconds

29. Paging Encoders – Each console operator position and Supervisory positions shall include a multi-format paging / signaling encoder that is accessible through the data entry keypad RCC CONSULTANTS, INC. 30

PAGE 184 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

and a one button per station encoder panel. The encoder shall be capable of encoding industry standard two-tone sequential and DTMF signaling formats. 30. Preprogrammed Single Button Function Paging – Each console shall be capable of supporting 250 pre-programmed single-button paging functions. 31. Indication – A color-coded status call indicator shall be provided for each talkgroup or channel in a channel control window on the LCD display. 32. Talkgroup/Channel Busy Indicator – Consoles shall have channel busy indicators to visually indicate that the channel is in use by another console. 33. Individual Volume Adjust – Shall be provided for each talkgroup or channel on the console. Associated color-coded status indicators shall continuously show whether the channel is in the full or adjustable volume mode. The volume control shall be automatically bypassed when a channel is placed in select status. 34. Talkgroup/Channel Cross Patch on Trunked Talkgroups – Shall allow the dispatcher to patch any two or more channels together. Trunked talkgroups shall be combined and utilize a single trunked channel for the patched call. Inbound audio from any member of the patch shall be present in the select speaker if any member of the patch is selected. If the dispatcher transmits on any talkgroup or channel included in a patch, then audio shall be heard by all members of the patch. 35. Channel Name – Designated channel control modules shall include a minimum of twelve character alphanumeric display symbols to identify the channel. 36. Talkgroup/Channel Cross Mute – Consoles shall include a cross mute feature, which precludes voice communication from a dispatcher’s microphone being repeated over loud speakers at other consoles in the dispatch center. 37. Supervisory Control – The supervisors’ consoles shall provide takeover control to prevent other dispatch consoles from keying repeaters or base stations for each channel supported by parallel consoles. Supervisory consoles shall be capable of overriding transmissions from other consoles and field units. 38. Repeat Disable – The Supervisors’ positions shall be equipped with the ability to disable received audio from being repeated, as needed. 39. LCD Display – As stated above, state-of-the-art color touch screen LCD displays, with a minimum 24” diagonal measurement shall be used. Proposers shall identify the particular display proposed for the Cities by make and model in the console description to be provided in the proposal response. 40. Headset and Jack – Proposers shall describe available wired and wireless dispatcher headsets available for use with the proposed operator positions. The headset jacks shall support both radio and telephone audio operation in the new console system. a. The console shall provide independent level settings for audio input from the headset microphone and the gooseneck microphones, such that dispatchers may freely switch operation between microphones without affecting dispatch audio quality. b. Dual headset jacks shall be provided at each console operator position. The jacks shall provide TX and RX audio and PTT as well as telephone support. Separate headset volume controls for radio and telephone audio output shall be provided. One telephone style handset shall be provided in each dispatch center for training purposes. Insertion of headset or telephone handset plug into jack will automatically disable the gooseneck microphone. RCC CONSULTANTS, INC. 30

PAGE 185 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

41. Footswitch – Each of the console operator positions shall be equipped with a dual footswitch, which may be custom– programmable. Example: the left pedal transmits on the selected channel, while the right pedal transmits on a user defined unselected channel. The unit shall have a dual pedal footswitch for PTT of the selected channel(s). The footswitch shall be heavy duty, designed for Public Safety use, and shall be designed so as not to skid on a smooth flooring surface. 42. Status Messaging – Each of the console operator positions and Supervisory positions shall be equipped with the ability to receive and display status messaging from user radios. A minimum of 125 different pre– defined messages shall be supported. Typically, text messages will be used to indicate status reports and updates from field units. a. The ID of the sender shall be displayed in a dedicated status messaging window on the GUI. The window shall display the message sent, along with the ID and a time stamp. The window shall scroll messages & place the most recent message at the top of the list. b. Upon receipt of a message, an audible alert shall notify the operator that a new message has arrived and needs to be viewed. Text messages shall include a message requesting to speak with the console operator. The operator shall be able to respond with a group call for a group alias and with an individual call for an individual alias. Text messages shall be archived by the system so that they can be easily reviewed at any time for management or emergency purposes. 43. Priority/Emergency Channel Marker – A low volume tone pulsed at user defined intervals must be available to indicate that the channel/talkgroup is handling emergency traffic. The tone must be easily distinguishable from other tones used for other functions. 44. Individual Alert Capability – Dispatcher console workstations must have the ability to initiate Individual Alerts to any subscriber unit, regardless of current talkgroup affiliation. The desired subscriber unit must be selected by the PTT ID alias, if one is defined, or by the PTT ID. 45. Individual Call Capability – Dispatcher console workstations must have the ability to initiate an Individual Call to any subscriber unit, regardless of current talkgroup affiliation. The desired subscriber unit must be selected by the PTT alias, if one is defined, or the PTT ID. 6.5.3

Instant Recall Recorder (IRR)

1. Each of the console operator positions and Supervisory positions shall be equipped with an instant recall recorder capable of allowing the operator to quickly retrieve and playback recent radio traffic and recent telephone calls at the operator position. The recorder shall be capable of recording and replay of the latest incoming radio traffic from any radio channel or system talk group selected on the radio dispatch console for transmission and the latest radio transmissions received on the selected talkgroup or channel at that position. 2. The IRR must be capable of storing at least 30 minutes (state maximum available) of message material in solid state dynamic RAM or on a hard drive to allow instant access to recorded information. Simultaneous record and playback shall be possible, with incoming calls taking priority. Recording shall begin whenever an audio signal or off-hook telephone condition is presented to the recorder input. The system shall enable an operator to save a message for future referral or re-recording. 3. The system shall be capable of playing a message back at reduced speed, without a change in voice pitch. The range in speed variation shall be at least 2:1, but a greater range is desirable. RCC CONSULTANTS, INC. 30

PAGE 186 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

4. The control panel shall contain the minimum following controls: a. Fast Forward b. Fast Rewind c. Pause d. Restore e. Save f.

Clear

g. Volume Control 5. Proposers shall describe what will be displayed in the IRR control window such as the alphanumeric display showing such information as message length, message ID, radio user ID, number, date, time. 6.5.4

On-Site Visits

In order to ensure an understanding of the system requirements, a qualified technical representative of the console manufacturer shall participate in the site tour of the dispatch location prior to the proposal submission. This is to help ensure that all required functions will be present and properly configured in the system. 6.5.5

Proposal Response

1. In order to demonstrate a thorough knowledge of the total console system and an understanding of the Cities overall requirements, Proposers shall submit a detailed console response within the system proposal. The console submittal shall include the following: a. Plan view of the dispatch console b. A detailed drawing of each control panel with all controls identified c. An itemized listing of the exact equipment being offered for each console d. An itemized listing of all new equipment placed at each console position e. A complete description of each feature of the system f.

A description of each major system component

g. A complete list of options available for the system. 2. The console submittal shall include a table showing the dimensions of all proposed console equipment. Proposers shall certify that the equipment list included with the proposal response is complete and suitable for the equipment being offered and is compliant with the intent of the specifications. As stated previously, existing console furniture will be reused in this project. 3. The console submittal shall provide a written overview of the proposed console system configuration with block diagrams depicting the network architecture. The overview shall also include a failure mode analysis of the console system that addresses potential failures that might occur and how the system responds to each failure to maintain operational status.

RCC CONSULTANTS, INC. 30

PAGE 187 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

6.6

Logging Recorders

6.6.1

General Information

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

1. Each of the participating agencies currently have in place digital logging recorders. Proposers shall evaluate the existing logging recorder systems as to how they may be re-used with the proposed system as they are, through an upgrade, or whether they will need to be replaced. Some of the specified functionality may already be provided in the existing loggers. 2. It is the Proposer’s responsibility to verify which, if any functions or operations already exist and to provide those features or functionality that does not currently exist. The Proposer also has the option of selecting another platform, in the event this alternative is more beneficial to the Cities. For example, if the end result of using the current platform results in a very non-standard, ad hoc configuration, it will probably be desirable to start with another platform. 6.6.2

Logging Recorder and Logging Recorder Interface

1. A logging recorder is required in order to log all talkgroup audio traffic from the trunked radio system. Proposers shall clearly explain their particular solution and its benefit to the different Cities and to their dispatch operation. 2. From an audio logging standpoint, each operator position must be equipped with a “call-check” or instant recall recorder as discussed earlier in this section. For system audio logging, an audio recorder is required in order to log both telephone audio and dispatch audio traffic. This must be an IP based system with conventional inputs to support analog audio where needed 3. The system shall be a state-of-the-art IP network architecture based logging system with GUI based operational controls and administrative control that is "user friendly", highly reliable, and incorporate audio logging in a manner that shall provide for efficient and simple operation by the dispatchers and department personnel in any combination of functions available in the system. At a minimum, the new system shall provide time stamped recordings that include the following: a. Date of the recorded transmission b. Time of the recorded transmission c. Radio Talkgroup of the recorded transmission d. Radio system ID’s of transmissions within the recording e. The system shall have the capability of reconstructing trunked radio system conversations. f.

The ability to record analog radio resources that might include back-up control stations or interoperability base / control stations.

4. Recorder inputs shall be available to interface with the different City’s 911 Telephone System, Administrative Telephone system and from designated telephone sets where all audio would be recorded. If the current recorder is to be replaced, it is essential that responding Proposers be familiar with the current system and duplicate all of its current features as well as those required with the new system. 5. Proposers shall describe any limitations to the number of resources that can be recorded. 6. From a trunked radio system talkgroup logging perspective the logging recorder shall be able to record at least 30 simultaneous two-way radio communications.

RCC CONSULTANTS, INC. 30

PAGE 188 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

7. Proposers shall provide information about their storage methods offered in their solution with a complete description of its initial capacity and expansion capabilities. 8. Proposers shall provide information about the new equipment required to support the solution presented in their response. This should include: a. An overall description of the solution proposed b. A description of the new voice logger equipment and the number of simultaneous conversations that be logged c. A description of the server equipment required d. Information about the support hardware required (routers, switches, etc.) e. Proposers shall provide a complete block diagram of the voice logging system proposed f.

Administrative control shall be described. Proposers shall provide a complete list of the features allowed to administrative and playback positions.

g. Seat Licenses – Proposers shall analyze existing logging recorder systems currently in place and determine the number of seat licenses available and determine if these quantities need to be expanded to support the proposed solution. h. In the pricing section of this RFP, the Proposer shall breakdown the costs for the logging recorder replacement or upgrade for each individual City. It shall also include individual costs for additional administrative and playback seat licenses. i.

6.6.3

Proposers shall provide a complete list of standard features provided in their proposal along with a complete list of optional features available to the Cities. New or Upgraded Logging Recorder General Requirements

1. All equipment supplied under this specification must be completely operational when installed. After the equipment has been tested and accepted by the Cities, the vendor must provide repair parts and labor for a minimum period of two years following the P25 system acceptance and must replace any parts, which become broken or defective, except because of accident or misuse during such period at no additional charge. 2. The equipment furnished under this specification must be designed for continuous duty operation 24 hours per day, 365 days per year. If additional servers are required, they must be equipped with an internal, hot swappable, RAID-5 hard disk configuration, and hot swappable power supplies. 3. The RAID-5 disks must be capable of storing 30 continuous 24-hour days of radio traffic on all channels. Anticipated radio traffic level is an average of 72 channel-hours per day. 4. The recording software must be configured to record on a first-in, first-out basis and continually purge (overwrite) all recordings, which are greater than at least 30 days old. 5. The System must be capable of recording and “de-trunking” all of the trunked radio system channels. “De-Trunking” includes the ability to search for replay by, at a minimum, date, time, talkgroup, radio ID, or radio alias name. Conventional channels must also be recorded. This may include control / base stations at each of the different dispatch centers

RCC CONSULTANTS, INC. 30

PAGE 189 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

6. The proposed system must be software-based, operating in a Windows GUI format to allow for future enhancements. The GUI interface must be user friendly, easy to operate, and include search, replay, report generation, and dubbing functionality. 7. Browser Based Administration – The system must provide a Browser-Based application, which incorporates capabilities for configuration, search, and replay, report generation, and live monitor functions. Instant recall of recent (previous 30 minutes) communications must be included in the solution. 8. Concurrent Users – Access for monitor/replay functions must be available for a minimum of ten (10) concurrent users. 9. Search Parameters – The user should be capable of defining any available search parameter. Proposer should list all parameters capable of being defined, and which parameters are not capable of being defined. 10. Search Criteria – The Proposer’s solution must be able to combine any number of search criteria elements into one search function to provide quicker responses to searches. The users must be able to search, at a minimum, the following criteria: a. Time and Date b. Logger Channel Number c. Radio Talk Group Name and ID d. Dispatcher Position Number or Alias e. Duration f.

Radio Unit ID or Alias

11. Graphical Display – At a minimum, the search and replay software must be capable of displaying calls graphically, by channel, by talkgroup, and by Radio Unit ID number or alias. Application Support for Time/Date Stamp - the replay software must support and provide Spoken Time and Date. It must be synchronized to the recorder time. During playback and dubbing to a CD disk or thumb drive, it must be possible to select the spoken time/date as an option to provide audible call time authentication. The spoken time/date audio must be configurable so that when re-recording, the recorder audio volume is not drowned out by time/date stamp audio. 12. Tagging and Filing Multiple Recordings – The system Search & Replay software must be capable of "Tagging" a single recording in a manner which will allow a search by that individual “Tag.” It must also be capable of saving large number of recordings into a single file, the Proposer will define the maximum number/size of recordings in the Proposal. It must be capable of allowing Naming of the file up to 32 alphanumeric characters and playing the recordings from the file, when selected, in date/time sequence. It must allow additional recordings to be added at any time after the file has been created. 13. Record and Replay Silence – The VLR software must replay the silence between recordings in order to completely replicate the original radio conversation. The software must include the silent periods during dubbing of conversations to thumb drives or CD’s. 14. Replaying Recordings – The system must be capable of replaying recordings in a “listen only” mode, i.e. without the silent periods.

RCC CONSULTANTS, INC. 30

PAGE 190 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

15. Variable Playback Speeds and Skip – The system must be capable of varying the speed of playback operations. It should be capable of varying replay speeds from 50% to 200%, without the playback becoming low or high-pitched, respectively. It must also be possible to define the skip forward/backward interval between 1 and 30 seconds. 16. Non-Affecting Operation – The system must continue to record all channels during any mode or multiple remote accesses to the Search and Replay operations. The Search and Replay operations must not affect the continuity of recording operations in any manner. 17. View All Recorders – The system Search and Replay software must be capable of viewing all recording modules as a single logical bank of recording channels, irrespective of hardware location. The software should not require the operator to first specify from which recording module must be searched to locate the recording they are seeking. 18. User Help Screens – The system must provide a Windows-based "User Help" system allowing the user to search for multiple operations and provide on-line instructions to assist the user to perform the desired function. 19. Security Levels – The system must provide at least five levels of security with assignable password and user ID protection for each access capability. a. Listening Only - Play recordings only from allowed drives and channels. b. Media Changer - Activate and deactivate recording on selected drives and eject recording media from selected drives. c. Monitor - Allows selective on-line monitoring, per talkgroup. d. Full - Allows a user to play or duplicate recordings, activate recording, and eject recording media from selected drives. This would be another level of password protection allowing access to only preauthorized talkgroups, radio IDs, etc. e. Supervisor - Allows a user to have full access as well as access to the configuration application, including changing security. 20. User Specific Access Rights – The system must provide user specific and assignable access rights down to the individual recording channel and/or talkgroup level. 21. Authorized Access to Audio – The system must allow authorized access of selected recorded audio playback only to those users allowed access as defined in the system database by the system supervisor. 22. Boot-up / Self-Checking Tests – The system must provide a boot-up system test and ongoing self-checking tests. System tests must run automatically and continuously monitor the status of all proposed equipment. In the event of a failure, the system must initiate both visible and audible alarms, including when necessary network alarms. When the audible alarm is silenced, the visual alarms will remain in operation until the case of trouble that initiated the alarm is cleared. 23. The system must be capable of setting customizable parameters per channel when no recording has taken place for a defined and adjustable (from at least one hour to twenty four hours) time period. An alarm will be sent when the condition has been met (e.g., “No Recording at Fire Dispatch Position Number 6 for the past hour”). The new system must

RCC CONSULTANTS, INC. 30

PAGE 191 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

detect and report any differences between the data collected, as well as alarm when the backup system is being used. 24. Error Record Log – The system must provide an error log to maintain records of all alerts, faults, error messages, and conditions. The system should also track and make an audit trail of all user access and maintenance functions, recording who accessed the system, at what time and date and for what purpose. 25. Diagnostic Center – The Proposer shall describe any automatic failure reporting capabilities if available such as automatic placement of a report to a Contractor-supplied diagnostic center in the event of a failure or alert. When this feature is incorporated into the system, the vendor or vendor’s designated representative will initiate a service call to dispatch a service technician. 26. Off-Line Tests – The system must provide various off-line (e.g. CPU, RAM, hard drive, controller/software, RAID-5 record drives) tests and will continuously self-monitor and initiate an alert in the event of a failure. 27. Search Duration – The system must be capable of search by time, date, Talk Group and Unit ID or Alias from a hard drive or the Digital Recording Module (RAID-5 drives). The average expected search access time from the Digital Recording Module (Server and RAID5) is expected to be no more than three (3) seconds. 28. Simultaneous Record / Playback – The system must provide simultaneous record and playback from the server and/or RAID-5 disk array. 29. Buffering – The system must provide buffering of all audio in firmware memory (server hard drive) and then write the audio independently to each RAID drive. 30. Shutdown – The system must provide orderly shutdown, such that if there is a power outage or failure of a power supply, all of the audio buffered in memory will be recorded to the media prior to automatic system shutdown. 31. Active Channels Display – The system must display, at the recorder and all “seat license” locations, which channels are active during playback or recording. 32. Real-Time Channel Monitoring – The system must provide real-time channel monitoring at all system access locations. 33. Diagnostic Help Screens – The system must provide diagnostic help screens to assist in areas such as alarm definition and operations such as how to change recording media. 34. Review Back-up – The system must provide a review capability, allowing backup in at least five (5) second increments. 35. Precision Search / Playback – The system must provide the capability of skipping to the next or the previous message for precision search and playback. 36. Incremental Fast Forward / Rewind – The system must be capable of incremental fastforward and rewind at multiple speeds. 37. Minimum Operator Controls – The minimum controls that shall be available to the operator must include the following: a. b. c. d.

Ready, record, play, fast-rewind,

RCC CONSULTANTS, INC. 30

PAGE 192 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

e. f. g. h. i. j.

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

fast-forward, review, previous, next, stop, and Eject.

38. Channel Naming / Search – The system must provide for the naming of channels and search by channel name. 39. Record Activation for Analog Circuits – The system and associated hard drives must be equipped for and capable of recognizing record activation via current sensing, voltage sensing, VOX sensing (with customer adjustable times) or switch closure, e.g., "off-hook" indication. 40. Media Remaining Indicator – The system must provide a media remaining indicator measuring actual time remaining or actual percent of time remaining on the media, along with 10% and 5% visual and audible time remaining warnings. 41. Append (Restore) Function – The system must provide for an append (restore) function enabling the user to reposition to the end of recording. 42. Write Protection Notation – The system must be capable of recognizing the write protect notation on the media, or providing over-record protection, and not going into record if the media is so protected. 43. Digital Recording Module Audio Inputs – The Digital Recording Module must be capable of recording up to the specified number of audio inputs and storing recordings on the RAID-5 drives. It is expected within the overall system design that RAID, Level 5, will provide a robust system with appropriate fail-safe operation. 44. RAID Reliability – The reliability method in the RAID drive offered must be one of the following: a. Mirroring b. Striping c. Error Correction 45. Hot Spares – As an option to the Cities, the Proposer must include pricing for an optional pre-installed “Hot Spare” drive within the RAID array, which will automatically replace a failed drive. 46. Download of Recorded Data – The download of record files from the Server/Raid to a remote seat licensed PC must not take longer than the amount of time required to download a file of equal size from any other server on the network. 47. Mean Time Between Failure (MTBF) Information – The Contractor must provide MTBF information of the proposed offering for each hardware component, as well as the overall system, of the Voice Logging Recorder. 48. AGC Range – The system must provide for an AGC (automatic gain control) range settable in a minimum of three ranges, plus a setting for no AGC so that it is possible to replay the actual voice signals. The recorder must not alter any input levels during the recording process.

RCC CONSULTANTS, INC. 30

PAGE 193 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

49. AGC Attack and Release Time – The system must provide for an AGC attack time of less than 30 milliseconds and a release time of no more than 2 seconds. 50. AGC Recovery – The system must be capable of an AGC recovery of 500 milliseconds or less. 51. Recorder Inputs – The system must ensure that all analog recorder inputs must be at least 20k Ohms, with DC blocking up to 400V meeting FCC Part 68 requirements. 52. Variable Level Control – The system must be capable of providing a variable level control for each recording channel to permit operation with nominal audio line levels between -40dBm and +15dBm. 53. Idle Channel Noise – The system must ensure that the idle channel noise must be a minimum of 35 dBrnC. 54. Channel Crosstalk Isolation – The system must ensure that channel crosstalk isolation must be equal to or greater than 55 dB. 55. Frequency Response – The system will ensure that frequency response must be in a usable bandwidth of 300 Hz to 3300 Hz or greater. 56. Commercial Power Requirements – Commercial power requirements for the combined system and Digital Recording Module must be 90 to 132 VAC (between 47 and 63 Hz). 57. Power Consumption – Power consumption for the system, including Digital Recording Module should be no more than 400W @ 115V. 58. Time Clock Synchronization – The system must be equipped for and capable of accepting time clock synchronization from another device in the dispatch center, such as a Spectracom "Netclock/2" or ESE GPS. 59. Environmental – The storage temperature must be between -30ºC (-22 ºF) and +60ºC (140ºF). The operating temperature for the system must be between 5 degrees centigrade (40ºF) and 45ºC (113ºF). 60. Options – Proposer must identify which of the below options are available and if the option is included in the Proposer’s proposal or the option has an associated additional cost. a. Create .wav or .mp3 Files: Provide the ability to create .wav and/or .mp3 files from logged recordings and email those files to remote locations. b. "Seat License" Software: Provide the cost for a Site License of the remote access software, which will allow the Cities to install the program on how ever many PCs they so elect to do. Describe minimum PC requirements to support your software. c. Dispatcher Evaluation Software: Provide the cost for a software package to assist in evaluation of Telecommunicators whose activities are logged on the recorder. The software should include a robust customizable forms package and include security levels for access to the software and forms retained within the system. Provide a complete description of your software capabilities, including samples of evaluation forms. d. On-Site Spare Parts Kit: Provide cost of On-Site Spare Parts Kit and recommended components. e. Redundant Server Capability: If the proposed system upgrade can be equipped with a redundant (backup) server that will automatically activate in case of primary server failure, provide the cost and describe how it is activated and what alarms are provided upon activation.

RCC CONSULTANTS, INC. 30

PAGE 194 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

f.

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Archive to Network Attached Storage (NAS): If Proposer can provide the capability to archive recorded data to a Customer Provided NAS, describe how this is accomplished, and provide the cost to do so. This function must occur over the Customer network. Solutions using transcribed DVD disks are not acceptable.

6.7

Fire Station Alerting Systems

6.7.1

General Information

1. Two-tone sequential paging is currently utilized by each of the Fire Departments involved in this procurement. Garland and Mesquite utilize this format over the current 800 MHz trunked radio system and Rowlett and Sachse use a combination of both the trunked radio system and VHF conventional signaling from the console systems. The Cities are interested in implementing as part of this procurement, a new fire station alerting (FSA) system. The basic requirements of the new system are summarized below: 2. Basic requirements of the system are summarized below: a. The system must be fully NFPA1221 Compliant. b. The system must include an interface to the CAD systems utilized at each of the different Dispatch Centers. c. Fire station alerting shall be provided for both primary and back-up dispatch centers – reduced operability may be considered for back-up centers, Proposers shall provide a solution description that describes these options. d. Each dispatch center shall be capable of operating independently in the event that the link between the console system and the Master Site Network is lost. Failure analysis of the system shall be provided. e. Multiple methods of alerting the fire station, each offering positive acknowledgment. f.

The system shall be expandable to accommodate the addition of new fire stations in any of the Cities.

g. All features provided by the system at the fire station shall be described, such as zone alerting and other utilities available such as turning on lights, opening apparatus bay doors, etc. 3. The following table provides information regarding the locations and quantities of the Fire Stations in each of the participating Cities: Table 6.7.1 – Fire Station Location Information City Station Number Station Address Fire Station #1 1019 Austin Street Fire Station #2 2501 Wood Street Fire Station #3 1301 North Jupiter Fire Station #4 4931 Gatewood Road Garland FD Fire Station #5 5626 Lyons Road Fire Station #6 2009 Holford Road Fire Station #7 2545 Naaman School Road Fire Station #8 1426 East Miller Road Fire Station #9 4320 O’Banion Road

RCC CONSULTANTS, INC. 30

PAGE 195 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 6.7.1 – Fire Station Location Information City Station Number Station Address Fire Station #10 1556 Provence Road Fire Station #11 1940 East Beltline Road Fire Station #1 Galloway Fire Station #2 4609 Sarazen Fire Station #3 3838 Forney Avenue Mesquite FD Fire Station #4 816 Rodeo Center Blvd. Fire Station #5 2141 North Galloway Fire Station #6 1010 Barnes Bridge Road Fire Station #7 1850 Clay Mathis Drive Fire Station #1 3900 Miller Road Fire Station #2 5100 Dalrock Road Rowlett FD Fire Station #3 8000 Princeton Road Fire Station #4 4931 Gatewood Road Fire Station #1 5805 Bryan Street Sachse FD Fire Station #2 3012 Ranch Road 6.7.2

NFPA 1221 Compliancy

1. The proposed FSA system shall meet all NFPA requirements, these shall include the following minimum requirements: 2. Redundant dispatch circuits - This requirement calls for the method of station alerting to include multiple methods of alerting the fire station. This would most likely include the use of the fiber network and the radio system. 3. Switch-over operation - This requirement calls for the automatic switching between the main and the standby methods of station alerting. If there were an issue encountered by the network for example, the dispatch operator would be alerted and would switch to the secondary method such as the radio system. 4. Self Monitoring - This requirement is similar to what is listed in Item 2, it describes the requirement for monitoring the link to the fire station. Each of these capabilities must be in the new FSA system. In order to meet NFPA compliancy, the public safety radio system must be monitored for integrity as per the NFPA 1221 “Standard for the Installation, Maintenance, and Use of Emergency Communications Systems”. 5. Dual power sources - Dual power sources would be necessary at each of the fire stations. Proposers shall state how this will be accomplished with the proposed FSA system 6. Alert tones - Alert tones shall precede the announcement of any emergency response. This feature would be available on both methods used to alert the stations. Most likely standard procedures will call for the alert to be broadcast over the radio system which now and would most likely then, be preceded by alert tones. 7. Automatic recording of system activity - All alerts shall be stamped with the date and time of the alert. 8. Alarm alert acknowledgment from the fire station to the dispatch - An automatic response that the alarm was received shall be provided for either the main or the standby method of station alerting. Proposers shall provide a detailed description of how this will take place.

RCC CONSULTANTS, INC. 30

PAGE 196 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

9. Manual GUI alerting backup to Computer Aided Dispatch (CAD) - A standalone GUI shall be included with both of the methods used that would provide acknowledgment of the alert. The preferred method would be to incorporate this on the same GUI used for the radio dispatch console as another screen or “folder” on the console position specifically configured for fire station alerting. 6.7.3

CAD System Interface

1. The proposed FSA system shall operate with each of the different CAD systems utilized at the different dispatch centers. All costs proposed shall include the provision, installation, and engineering of the software application to create the interface for the individual dispatch centers. CAD systems used by each of the participating agencies is listed in the following table: Table 6.7.3 – CAD System Information Dispatch Center Name Current CAD System Used Garland Public Safety Dispatch Integraph Garland Back-up Public Safety Dispatch Integraph Mesquite Public Safety Dispatch Motorola Premier 1 Mesquite Back-up Public Safety Dispatch Motorola Premier 1 Rowlett Public Safety Dispatch ICS Sachse Public Safety Dispatch Southern Software 2. Proposers shall include engineering labor to work with the different CAD vendors for proper implementation of the system. 3. The software based solution shall provides a representation of the status of each Fire Department Apparatus 4. The capability of providing this feature at each dispatch console system shall be included (seat licenses, etc.). It is preferred that activation capabilities be present on the radio dispatch console. Proposers shall clearly describe how activation will take place and over what equipment located at the dispatch console position. 6.7.4

Other FSA System Requirements

1.

Station Sound Systems – The new equipment at the fire stations shall include the ability to route dispatch audio to the station’s overhead speaker system. The new system shall include all of the materials necessary for this interface including all needed audio conditioning and impedance matching devices.

2.

Relay Closures - A demarcation point shall be installed that allows the Cities to interface to dry relay closures for activation of bedroom lights, opening of apparatus bay doors, etc. Specifications as to the capabilities of each relay closure shall be provided by the Proposer.

3.

Alert Tones – The capability for unique alert tones within the station and over the air shall be provided. Fire Departments desire the ability to distinct between different types of services required associated with the alert. The Cities wish to have the capability from the dispatch center of automatically assigning a separate alert tone to a particular type of call. Proposers are required to provide information about the options available with their proposed solution.

RCC CONSULTANTS, INC. 30

PAGE 197 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

4.

Specific Unit Alerts - The ability to alert specific apparatus in an individual and group mode is required. Proposers will describe the capabilities of the system proposed, including how this function integrates with fire station alerting groups, etc.

5.

Usage of City Owned Networks: Each of the Cities currently maintains network connectivity between the dispatch centers and each of the City’s fire stations. Proposers shall state the bandwidth requirements of the FSA system over the network and any special network requirements of the proposed solution.

6.7.5

Evaluation of Existing Fire Station Sound Systems

Proposers are requested to evaluate each of the existing fire station sound systems and make recommendations for any upgrades or replacements. Proposers shall evaluate the amplifiers, speakers, interfaces to other systems such as the telephone paging systems, message boards, lighting system activation equipment, etc. Continuity of equipment and system configurations between stations in any given City is very important specifically with audio amplifiers and speaker systems.

6.8

Mesquite Outdoor Warning System

6.8.1

General Information

As previously described, the City of Mesquite operates a 25-site Outdoor Warning System (OWS) that currently uses the existing 800 MHz analog trunked radio system. This system will need to be accommodated in the new radio system procurement. Communications between the control points and each of the siren sites use FSK signaling so an analog channel will be required to support this system. Proposers shall evaluate their radio system solution proposed and provide recommendations as to how this will be accomplished. The City has a VHF channel that is currently used to support local government that could be converted to serve this purpose. The City would also consider a solution operating in the 700 MHz or 800 MHz frequency bands. Frequencies used on the existing trunked radio system could possibly be used but this would not be preferred if a 700 MHz conventional solution could be accommodated. 6.8.2

OWS Control and Site Equipment

1. Control Points - There are three control points used on the system located at both the primary and back-up dispatch centers and in their mobile command trailer. Each of these control points are equipped with a Federal Warning System SS2000D Controller and a control station used to access the system and for monitoring status from each of the siren sites. Regardless of the frequency band used to accommodate communications between the sirens and the control points, this radio equipment will need to be replaced as part of this procurement. 2. Siren Site Equipment – There are (25) siren sites each currently outfitted primarily with Motorola MCS2000 mobile radios. Proposers shall include the replacement of these radios that shall include the following for each site: a. A new radio that can be interfaced to the siren site control system. Proposers shall include a complete set of performance specifications for the equipment proposed b. A new antenna system

RCC CONSULTANTS, INC. 30

PAGE 198 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

c. Installation and optimization at the site utilizing existing site power systems d. A cutover plan for conversion of the old system to the new system 3. Repeater Site Equipment – Proposers shall include a complete description of the new repeater equipment that will be used to support the proposed solution. At a minimum, the following items shall be included: a. Conventional repeaters (2) configured in a main and standby configuration b. Alarm system that notifies dispatch in the event of failure of either one of the stations c. A new antenna system that can either utilize the site antenna system or a separate standalone system taking into consideration loading of the tower site used. d. Proposer shall provide a complete list of performance specifications for all of the equipment proposed. e. A cutover plan for conversion of the old system to the new system f.

Coverage maps shall be provided for the OWS system that shows talk-in and talk-out coverage for the selected site at the frequency band selected.

4. Spares Radios – It is preferred that site radios and control station radios be identical and interchangeable. There shall be at a minimum of three (3) spare radios be provided. 5. Site Locations – Table 6.8A lists the locations of each of the remote siren. Table 6.8A – Mesquite OWS Site Locations Site #

Latitude

Longitude

N32 49.9482'

W96 37.7226

N32 49.6003

W96 38.6155

N32 49.4429

W96 36.7439

N 32 48.5339

W96 39.4971

N32 48.2751

W96 38.0174

3198 Independence SW corner of Town East Blvd. and Sammuell Blvd. 2701 Sybil (Rugel Elementary)

N32 48.5326

W96 36.8630

N32 47.5178

W96 39.3668

N32 47.0990

W96 38.2461

N32 47.6597

W96 36.7569

N32 46.5493

W96 36.5796

N32 45.6552

W96 37.9630

12

2141 North Galloway Ave. (Station # 5) 912 Lee Street @ Willowbrook (Hanby Elementary) 2500 Memorial -S. Peachtree at Sandy Lane (West Mesquite Field House) 320 S. Galloway Ave (Fire Station #1)

N 32 45.8927

W96 35.8785

13

707 Purple Sage Trail (Shaw Elementary)

N 32 46.3948

W96 34.8600

14

Bruton Road and 635 (Southwest Corner)

N32 44.8936

W96 36.8658

15

2000 Block of Wilkinson

N32 44.4062

W96 35.5172

1 2 3 4 5 6 7 8 9 10 11

Site Address 1700 Wooded Lake (Dallas Christian School) 4609 Sarazen (Station # 2) 1010 Barnes Bridge (Station # 6) North side of I-30, 1/4 mile West of Motley (Eastfield College) Town East Park at 3100 Gus Thomasson

RCC CONSULTANTS, INC. 30

PAGE 199 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 6.8A – Mesquite OWS Site Locations Site #

Longitude

1607 Sierra Drive (Rutherford Elementary)

N32 45.0647

W96 34.5539

17

1500 Creek Valley (Pirrung Elementary)

N32 45.0249

W96 33.2041

18

1340 Airport Blvd (Mesquite Metro Airport) 1349 Barnhart Dr. (Teal Wood Addition at Comstock) 2675 Bear Drive (Berry Middle School)

N32 44.49

W96 31.50

N32 43.6911

W96 34.9531

N32 44.4694

W96 33.9517

N 32 44.2718

W96 32.7226

N32 43.2914

W96.32.2197

N32.7074

W96.5614

20 21

23

2525 Helen Lane (Thompson Elementary) 4945 kingfisher Lane (Falcon's Lair Addition at Goldfinch) 4228 Lawson Road

24

10216 FM 2757 (Lakeside RV Park)

N32.6939

W96.4972

25

14660 Lasater Road (Dallas)

N32.6937

W96.564182

22

6.9.1

Latitude

16

19

6.9

Site Address

Radio Interoperability Support Interoperability Requirements

1. As this new system will be a shared resource by the four different Cities involved, direct unitto-unit interoperability within the Cities is inherent in the system through the development of a well-designed fleet map or talkgroup structure. Controlled interoperability with other agencies must also be supported by the new radio system. 2. There are common interoperability requirements shared be each of the agencies such as 700 and 800 MHz Mutual Aid channnels, UHF/VHF Statewide Interoperability Channels and DOJ VHF Interoperability Channels. 3. Being as that each of the dispatch centers will share a common network, it is possible for some of the interoperability resources to be shared. Proposers shall consider this when developing their solution for interoperability 4. Proposers shall include a complete description of how interoperability shall be achieved based on the individual requirements of each of these agencies. The following table illustrates the individual requirements stated by the different agencies.

Table 6.9 – Interoperability Requirements Interoperability Requirement Garland PD & FD Mesquite PD & FD Rowlett PD & FD Sachse PD & FD Dallas PD

Garland PD FD X X X X

RCC CONSULTANTS, INC. 30

X X X X

Mesquite PD FD X X X X X

X X X

Rowlett PD FD X X X X X X

Sachse PD FD X X X X X X

X X

PAGE 200 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 6.9 – Interoperability Requirements Interoperability Requirement Dallas FD Dallas County SO Dallas Co. Constable Collin County SO Collin County Fire Departments Richardson PD Richardson FD Rockwall PD Rockwall FD Murphy PD Murphy FD Wylie PD Wylie FD Rockwall County SO Texas DPS DART PD Texas Task Force I&II Sunnyvale FD Fate FD Garland ISD Mesquite ISD Plano PD Plano FD Balch Springs PD Balch Springs FD Kaufman County SO Kaufman County Rural FD’s Forney PD Forney FD Dallas County Rural FD’s Seagoville PD Seagoville FD Texas Forest Service Garland Health Dept. Texas Department of Emergency

Garland PD FD X X X X X

X

Rowlett PD FD X X X X

Sachse PD FD

X

X

X

X

X

X

X X X X X X X X

X X X X X X X X

X X X X X

X X X X

X X

X X

X

X

X

X

X X

X X

X X

X X

X

X X

X X X

X X

X X

X

X

X

X X X X

X

X X X X X

X

X X X

X X

X

X

X

X X

X

X

X

X

X X X

X

X

X

X X X X

RCC CONSULTANTS, INC. 30

X

Mesquite PD FD X X X

X

X X

X

X

X

X

PAGE 201 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 6.9 – Interoperability Requirements Interoperability Requirement Management Wylie ISD PHI & CareFlite Air Ambulance Bio-Tel Parkland NTTA Eastfield College PD Town East Mall Security Richland College / Garland Campus PD NCTCOG 700 MHz Overlay 800 MHz Mutual Aid (8CALL-8TAC) 700 MHz Mutual Aid (7CALL-7TAC) UHF Mutual Aid (UCALL-UTAC) VHF Mutual Aid (VCALL-VTAC) DOJ East and West

Garland PD FD

X

Mesquite PD FD

X

X

X

X X

X

X X

X

X

X

X

Rowlett PD FD

Sachse PD FD

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

Proposer Compliancy Proposers shall insert a complete Point by Point response that addresses each numbered point or paragraph listed in this section. The response shall address at a minimum, the following: 1. Read and Understood: Where appropriate, when there is a point or paragraph that does not specifically require that the Proposer indicate any level of compliancy and this point or paragraph is provided for informational purposes, the Proposer shall indicate that it has read and understood that point or paragraph. 2. Fully compliant with this point or paragraph: This shall indicate that the proposer fully understands the specification and is fully compliant with this requirement. 3. Partially compliant with this point or paragraph: This shall indicate that the Proposer does not fully meet the requirement or intent of the specification. The Proposer shall provide a complete description of why they do not meet the full requirement of the specification and then state their clarification or substitution for that particular point or paragraph. 4. Not Compliant (Exception): This shall indicate that the Proposer’s solution does not comply with this specification listed in this point or paragraph.

RCC CONSULTANTS, INC. 30

PAGE 202 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Section

7

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Equipment Specifications Section 7—Equipment Specifications

Technical Specifications – Fixed Equipment

7.1 7.1.1

General Overview

1. These specifications apply to all trunked radio network equipment unless noted otherwise. The trunked console systems are addressed in Section 6. The Proposer shall respond to each of the following paragraphs for the point-by point response and place any requested descriptive or other responses in the narrative section of the Proposal. When responding in the narrative section, the particular paragraph being addressed shall be referenced. 2. For the purpose of the RFP, the following definitions are offered based on the premise that the trunked simulcast two-way radio system architecture being proposed contains these items. The Proposers shall clearly explain the system architecture being provided and include this information in the Narrative portion of the Proposal. a.

Master Site: Generally noted by the various vendors as the “IP Core”, “Network Switching Center” (NSC), or Master Network Site (MSN). The Master Site generally contains the network controller(s), database servers, firewall computers, network system management servers, associated routers, and WAN/LAN Ethernet switches and other related hardware components. Section 13 contains worksheets that allow the individual pricing of the main Master Site.

b.

This RFP includes the installation of a Master site, it does not include the implementation of a “Back-up” IP Core, MSN or NSC however; the Cities are interested in understanding the capabilities of the proposed system to possibly interface with an existing IP Core, MSN, or NSC operated by another agency. When this option is referenced in this RFP, Proposers shall include a description of their possible solution and list advantages and disadvantages of their proposed solution in the narrative portion of their response.

c.

Prime Simulcast Site: The site that operates as the collection and distribution site for all twoway radio communications for the trunked simulcast system cell, and generally contains the voting comparators and simulcast distribution equipment for the other remote trunked simulcast radio sites. The RFP notes the preferred location of the Prime Simulcast Site. Trunked two-way radio equipment such as the trunked repeater stations will also be placed at the Prime Simulcast Site (i.e., radio equipment is co-located with the Prime Site equipment). Proposers are to include a geographically separated fully redundant i.e., “backup” Prime Simulcast Site. Section 13, the Pricing Proposal, contains worksheets that allow the individual pricing of the main Prime Simulcast Site, and the back-up Prime Simulcast Site.

d.

Remote Trunked Simulcast Site: The additional trunked radio sites that contain the trunked repeaters stations and associated hardware and subsystems.

7.1.2 1.

Trunking Controller – General Specifications

Master Network Site Controllers: The specifications in this section apply to all levels of trunking controllers, including the Master Network Site controller and any sub-system

RCC CONSULTANTS, INC. 30

PAGE 203 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

controllers employed in the wide-area system including those used in the trunked simulcast system. 2.

Environmental: All network trunking controllers shall be designed to operate under the following conditions: a. Temperature: -30º to +60º C b. Humidity: 95% non-condensing

3.

Radio Frequency Fields: Equipment shall be properly shielded to allow proper operation in equipment rooms or buildings occupied by base station transmitters, with associated strong RF fields.

4.

Duty Cycle: Equipment proposed shall be rated for continuous duty.

5.

Master Site and System Operating Capabilities: The appropriate software, software licenses, and seat licenses necessary, including describing the quantities, for the proper operation of the system as described in this RFP shall be provided. The system shall accommodate, at the minimum, 50,000 individual active subscriber user licenses, i.e., user IDs. If licenses for users are required, minimum of 15,000 ID’s must be included within the proposed system. The Proposer shall also describe what is required and the associated costs for adding more unit ID’s.

6.

Master Network Site Redundancy: As previously stated, this RFP does NOT call for the implementation of back-up IP Core, MSN, or NSC however the single IP Core, MSN, or NSC shall have built in redundancy. This built in redundancy shall be clearly described in the narrative portion of the Proposal.

7.

System Expansion Capabilities: Proposers shall note the expansion capability that can be supported by the proposed system architecture for the following items: a. The number of additional simulcast radio sites b. The number of additional RF channels that can be added to the system c. The number of additional user IDs d. The number of additional radio dispatch operator positions e. Maximum number of user ID’s and talkgroup ID’s that can be used on the dispatch console system f.

Maximum number of seat licenses for any of the logging recorder solutions

8.

Radio Channel/Site Expansion Capabilities: The expansion capabilities of all trunking controllers and other related network equipment used in the system design shall be clearly explained. Limitations relating to the total number of trunked sites and TDMA talkpaths per simulcast cell, and total number of cells per Master Switch that can be accommodated by the proposed system shall be described in the narrative section of the Proposal.

9.

Data/Control Interfaces: The Proposer shall provide all necessary interfaces with trunked repeaters, and peripheral computer and network equipment as needed. Interfaces shall be identified by the Proposer in the functional diagrams of the proposed system. This requirement includes any “switching” equipment needed to affect the automatic and manual switching of the Main Master Switch and Back-Up Master Switch (or other means of IP Core, MSN, or NSC redundancy) and any main “Prime Simulcast Site” and back-up “Prime Simulcast Site”. Proposers shall note that the digital microwave system to be provided employs a loop (ring) configuration as noted in Section 5, and the Proposal shall discuss the

RCC CONSULTANTS, INC. 30

PAGE 204 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

impact, if any, that the microwave loop switching has on the behavior of the system when the system switches from the Main Master Site to a Back-up Master Site (or other means of IP Core, MSN, or NSC redundancy), and when the switches between the main Prime Simulcast Site and a Back-up Prime Simulcast Site. 10. Proposers shall describe the time interval for the various modes as noted below. The switching time is defined as the interval from the engagement of the switch to the full restoration of trunked system functionality using the “back-up” site. a. Switching between the designated main “Prime” simulcast site to the designated back-up “Prime” simulcast site, and return to the main “Prime” simulcast site b. Switching between the designated main Master Switch and the designated back-up Master Switch (or other means of IP Core, MSN, or NSC redundancy), and return to the Main IP Core, MSN, or NSC. 11. Alarms and Diagnostics: The trunking controllers and their associated subsystems shall provide alarms for key operational parameters, and shall provide for remote inquiry, display, disablement, and diagnostic functions. The Proposer shall describe how these functions are being provided. 12. Other Operational Features: Other features, not noted above of the trunked controllers shall be described in detail in the Proposal. 13. Equipment Brochures: Brochures that describe the equipment, and list the specifications, shall be included in the Proposal for each type of controller used in the system. 7.1.3

Voting Comparators – Simulcast System

1. The voting comparators supplied shall operate as the collector for all incoming voice and trunked data traffic received by the trunked repeater stations at the various sites in the trunked simulcast system. A comparator shall be provided for each and every radio channel being employed in the trunked simulcast cell. 2. The voting comparators supplied should provide a visible front panel indication of the operation of the voting comparator in regards to the number of receivers (per talkpath) are receiving a signal and the receiver being selected as the “voted and selected” receiver. In addition, a “receiver fail” indication shall be provided for each voting receiver and for each talkpath in the event the receiver is not functioning as part of the voting process. If a front panel indication is not available, the Proposer shall describe what means is available to allow an indication that the comparator is functioning. 3. The comparator shall be configured for P25 Phase 2 operation, and shall be capable of shifting to P25 Phase 1 operation upon detection of a Phase 1 transmission by a field unit. 4. When processing digital signals, the comparator shall generate, from the multiple inputs, a composite signal using a software voting algorithm that results in a high quality signal that can be re-transmitted by the simulcast system and/or delivered to the associated communication dispatch console systems. 5. The comparator shall accommodate both AES encrypted and unencrypted traffic on all trunked radio channels. 6. The comparators shall be able to be mounted in 19” open racks or in cabinets that accommodate 19” rack mounting. 7. The comparators shall employ a form of configuration management and diagnostics capability and this capability shall be described. RCC CONSULTANTS, INC. 30

PAGE 205 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

8. The Proposer shall include a description of the method of simulcast information distribution via the network that connects the various sites, along with the items of equipment used. The manufacturer, make and model number of the individual devices used shall be included in the description. Equipment brochures shall be included for each item type which provides the manufacturer’s information and lists the item’s specifications. 7.1.4

Trunked Network Equipment

1. The Cities require a network that employs VoIP and IP simulcast technology for all system services on the network. Any devices used on the network shall be clearly explained, along with manufacturer, make and model number of the individual devices and very importantly, if the equipment is “commercial off the shelf” (COTS) or is specially modified for use in a trunked radio network via hardware and/or software modification. Any modifications to a manufacturer’s standard item of equipment shall be explained and its impact on operation, serviceability and maintainability noted. The Cities prefer components that can operate effectively and with little or no failures for the extended and continuous use environment consistent with public safety operations. The level of redundancy at the equipment level, i.e., the use of redundant cards, power supplies and so on, and the level of redundancy at the site level, i.e., use of redundant routers, LAN/WAN switches and so on, shall be clearly explained in the Proposal. 2. Network equipment includes, but is not limited to, the following: a. Site routers b. Site LAN/WAN switches c. Site servers d. Firewalls e. Site audio switches f.

System/site controllers

g. Other network components unique to the trunked system architecture 3. For the Proposal, all such network equipment shall be identified by manufacturer and by model number. In addition, the operating system software version used by each network equipment item shall be noted, as well as the software version of any application specific software required by the individual item of equipment. 4. For all network components, an equipment brochure shall be included for each item type that provides the manufacturer’s information and lists the item’s specifications. 5. Network Time Synchronization: a. For all network and trunked radio sites that require a time and/or frequency source, the Proposer shall provide an ultra-stable modular frequency and time system. The device shall utilize both double oven crystal oscillators and rubidium oscillators that are maintained accurate via GPS. Once synchronized to GPS, the device shall employ software algorithms to maintain an extremely high degree of precision for all outputs. Console systems that require a Master Time source are noted in Section 6. The Proposer shall state and clearly explain the need of the type and number of time sources needed in the system. b. The time and frequency system shall employ, at the minimum, the following:

RCC CONSULTANTS, INC. 30

PAGE 206 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

1) A redundant configuration with dual GPS antenna system, GPS receivers, oscillators and power supplies 2) Hot swappable, plug-in functional modules 3) Low phase and spurious noise on sine wave outputs 4) A DC input 20 to 60 Volts, and a universal AC input of 100 to 240 VAC 5) USB and Ethernet network interface with fault sense and alarm capability. The presentation of any alarms to the network/system management and alarm reporting system shall be fully explained. c. The time and frequency system shall provide ports to serve at least sixteen (16) devices and be easily upgradable. d. The device being proposed shall be described in detail in the Proposal and an equipment brochure shall be included that provides the manufacturer’s information and lists the specifications of the time and frequency system. e. The time the Master Time source can maintain accuracy without a GPS signal and stay within specifications to maintain normal trunked system operation shall be described. 7.1.5

Repeaters - 700/800 MHz

1. Trunked radio repeaters are to operate in the entire 700/800 MHz Public Safety band and shall be continuous duty, solid state, transmitter/receiver combinations. The trunked repeater stations shall be equipped with receiver voting which will operate in conjunction with the system voting comparators. The repeaters shall accommodate the mounting in either 19” open racks or cabinets. Devices of a physically compact nature are highly desired. 2. Metering shall be provided for the repeater units to monitor all points in the transmitter and receiver circuitry needed to maintain, align and adjust these units. The methodology for metering shall be described in the Proposal. 3. All equipment, at time of delivery, shall be FCC type accepted for the proposed application, and Proposals shall provide the type acceptance numbers in their Proposals. 4. It is essential that all equipment including receivers, transmitters, terminated circulators, filters, watt meters and any other RF carrying assemblies be supplied with high quality type "N", "HN", "LC", Series "C", BNC, DIN or EIA flange constant impedance connectors or approved equivalent. No adapter shall be utilized with equipment or assemblies to convert from one type of connector to the specified types. 5. The stations' receiver and transmitter antenna systems shall utilize separate antennas in accordance with the Proposer’s recommendations. In any event, the receiver and transmitter must be capable of simultaneous operation with the antenna configuration supplied without any degradation to the system. Also, the units shall be protected from other co-site in-band and out-of-band transmitters and shall permit full duplex continuous operation without degradation at each site in the system, with all co-site transmitting equipment activated. 6. As part of system implementation the Contractor shall provide complete diagrams for each site showing site plan, equipment layout, the cable placement, connectors used, grounding location, and lengths of all cable used.

RCC CONSULTANTS, INC. 30

PAGE 207 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

7.1.6

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Antenna Systems:

1. Trunked Radio Site Antennas: The trunked repeater antennas shall be of the type necessary to maximize the signal coverage footprint and signal density within the Garland, Mesquite, Rowlett, and Sachse service areas. In order to constrain the RF signal to some degree, the use of down-tilt pattern antennas is permissible. a. Separate transmit and receive antennas shall be used at each site and shall be selected by the Proposer so as to provide optimum radio coverage b. Appropriate antenna mounting hardware, including any mounting brackets, shall be supplied and shall be fabricated from 17-7 PH stainless steel or equivalent. c. As part of system implementation, to ensure that antennas and lines meet specifications after installation, all trunked station antennas and transmission lines shall be sweep tested with a Time Domain Reflectometer (TDR) or approved antenna system analyzer. A test sweep shall also be made using a frequency domain reflectometer or approved antenna system analyzer at the operating frequencies with the antenna attached. A chart recording of TDR measurements shall be made and retained in the Site Log. No Variable Standing Wave Ratios (VSWR) in excess of 1.25:1 is permitted. d. The Proposer shall note that the existing trunked radio sites being used for the new P25 trunked simulcast system must support both the existing and new antenna systems during the implementation period and shall take this item in consideration when planning site installations. 2. Transmission Lines: All RF transmission lines used at the trunked radio sites shall be low density foam transmission lines or equivalent for any cable runs exceeding 15 feet for receive or transmit purposes. Proposers shall utilize industry practices to select the appropriate size transmission line for each installation. Lines shall be selected to minimize line loss as needed to meet coverage requirements. a. For short runs, i.e., less than 15 feet, “super-flexible” or equivalent cables are authorized. b. All connectors used shall be high quality type "N", "HN" Series "C", "LC", BNC, DIN, EIA flange, or approved equivalent and must be fully compatible with directly associated equipment or jumpers in the system. Care should be taken to ensure that the power rating of all connectors is not exceeded by the system’s Effective Radiated Power (ERP). Connectors must be of non-ferrous construction. No splices or adapters shall be used under any circumstance. However, it is permissible to utilize different connectors on opposite ends of a cable to avoid the use of adapters. When transforming from one diameter cable to another, it is acceptable to use flange reducers, so long as the cable VSWR specification is achieved. c. Care must be exercised in the installation of all connectors. A loss in excess of 0.25 dB per connector is not acceptable. In addition, any connectors/connections used outdoors must be protected from corrosion and be fully weatherproof. The use of vinyl tape is not acceptable for any purpose whatsoever. d. The Proposer shall determine the correct transmission line lengths for each site and understand the specifics of each site that may call for special routing and/or installation of the transmission lines. All cables must be secured with stainless steel clamps and hardware consistent with conditions at the site. The use of coaxial adapters and/or splices is prohibited.

RCC CONSULTANTS, INC. 30

PAGE 208 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

3. Transmitter Combiner: The Proposer may employ any type of suitable transmitter combiner that meets or exceeds the following parameters: Table 7.1.6A - Transmitter Combiner General

Expandable transmitter combiners shall be provided which will provide multiple inputs. The Proposer shall examine the available transmit frequencies to ensure a low loss combining system. Multiple combiners may be needed given this requirement.

Power Rating

The combiner shall provide sufficient operating margin to allow the operation of multiple transmitters at the full output power selected by the Proposer with all transmitters keyed continuously

Isolation

Transmitter isolation required as a result of an E.M.C. Study performed by the Contractor shall be an integral part of the combiner. Isolators shall be equipped with RF. terminating loads rated for the full output power of the transmitter.

Bandwidth

The combiner shall provide for use of any frequencies within the Public Safety trunked frequency pool or as noted in this RFP.

Frequency Separation

The combiner shall accommodate a minimum of 250 kHz frequency spacing

VSWR

1.25:1 or less

Mechanical

Shall be mounted in a self-supporting 19” steel relay rack.

Insertion Loss

4.0 dB maximum, per channel.

Transmitter Noise

-75 dB, min. @ 500 kHz.

IMD and Harmonic Products

-80 dB minimum

Full Performance

-30q to +60q C

4. Transmitter Combiner Information: The Proposal shall state the manufacturer and model number of the combiners used at all sites and provide complete specifications and feature documentation. 5. Receiver Multicoupler and Tower Mounted Pre-Amplifier: The Proposer may employ any type of multicoupler or amplifier and associated tower mounted pre-amplifier, which meets or exceeds the following parameters: Table 7.1.6B - Tower Mounted Pre-Amplifier (TTA) General

Use of a tower mounted low noise amplifier with a receiver multicoupler is required at each fixed site

Gain

Minimum 10 dB

Noise Figure

1.0 dB or better

RCC CONSULTANTS, INC. 30

PAGE 209 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 7.1.6B - Tower Mounted Pre-Amplifier (TTA) Third Order Intercept Point

+37 dBm or better

Mechanical

Shall be housed in a gasket sealed weather resistant housing designed for mounting to the tower structure with galvanized steel U-bolts. Consideration shall be given to the galvanic effect of this box in interacting with the antenna structure.

Power Supply

If needed by the TTA, DC power shall be passed to the amplifier via the center conductor of the coaxial transmission line. The AC Power Supply shall be 120 Volts, 60 Hertz.

Amplifier Bypass / Redundant Amplifiers

The system shall be capable of a bypass around the amplifier system such that the main line, jumper assemblies, and antenna may be tested. Instead of a bypass, redundant amplifiers may be provided; however, in any case, means to test the amplifier from the equipment shelter shall be provided.

Amplifier Failure Protection

The system shall be equipped with protection from a primary amplifier failure. The Proposal shall state the protection methodology employed. Any performance degradation as a result of the failure shall be explained.

Window (bandpass) Filter

The TTA shall be equipped with a narrow bandwidth pass type filter than will accommodate the frequencies that will be used in the system per this RFP.

Test Port and Test Line

The system shall be equipped with a test port and test line to allow the frequency performance of the towermounted amplifier system to be tested from the equipment shelter.

Lightning & Surge Protection

Protection of the AC and DC power supplies and RF input of the amplifier shall be provided by a combination of gas tubes, Zener diodes and M.O.V.'s, and careful grounding the enclosure. Minimum Rating @ 50,000 Amps, 30 strokes.

Metering

Metering of the DC power supply shall be provided in the equipment shelter or equipment cabinet or room. Table 7.1.6C - Receiver Multicoupler:

General

Shall be expandable and provide output ports for at least sixteen (16) ports and be expandable to at least 24 inputs – Unused ports will be terminated in 50 Ohm loads.

Lightning Protection

The RF input to the device shall be protected with a gas tube type lightning arrester, which will pass the DC required to power the tower mounted amplifier if

RCC CONSULTANTS, INC. 30

PAGE 210 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 7.1.6C - Receiver Multicoupler: required. Minimum Rating @ 50,000 Amps, 30 strokes.

7.1.7

Mechanical

Shall be mounted in a 19” rack with other equipment at the site. DC metering of the tower mounted amplifier power supply, if applicable, shall be rack mountable.

Preselector

A receiver preselector shall be provided to attenuate out of band signals by at least 40 dB and have a bandwidth that allows minimum attenuation to the desired band of frequencies while attenuating undesired frequencies.

Gain

Gain through the multicoupler system shall be field adjustable.

Noise Figure

2 dB or lower

1 dB Compression Point

18 dBm minimum

3rd Order Intercept Point

30 dBm minimum

Receiver-to- Receiver Isolation

25 dB minimum

Full Performance

-30q C to +60qC

Other Trunked Radio System Infrastructure

Trunked radio consoles and associated sub-systems are addressed in Section 6 of this RFP. If the Proposer employs other items of radio system infrastructure not specifically included in Section 7.1, these items shall be described in full in the Proposal and be accompanied by the manufacturer’s equipment and system brochures. 7.1.8

Product Life Cycle Information

The Proposer shall include a “Life Cycle” product support matrix for all equipment manufactured or supplied by the Proposer included all network and radio equipment. The matrix shall include the product name, model number, and expected life of the product including both hardware and software. 7.2

General Requirements – Radio Unit User Equipment

7.2.1

Overview – Radio Field Units

1. The shared P25 trunked radio system to be operated by the Cities will serve a number of different departments and agencies with radio field equipment specialized to the particular requirements of the different user groups. Additionally, some departments will utilize RF control stations for some or all of their dispatching activities, while the Public Safety departments, for the most part, will communicate with designated communications dispatch centers. Mobile and portable radios will fall into several classes, ranging from those with the most features and flexibility such as alphanumeric displays, full key pads, etc., to the lower tier models with lesser features. The Cities expect to operate radio fleets using radios that utilize the Project 25 Phase 2 common air

RCC CONSULTANTS, INC. 30

PAGE 211 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

interface (CAI). procurement.

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Section 13 outlines the specific types of radios to be obtained in this

2. Mobile Radios: Mobile radios shall be capable of performing all functions and features of the system, as noted in this RFP, including wide area operation capability, that is, the ability to roam into other compatible radio systems, given that the proper programming and permission(s) are in place. Individual departments or agencies may request specific features, and these are noted in Section 13. 3. Mobile Radio Installation: The Cities have a wide range of vehicle types in service that will require installation of new radio equipment. Proposers are required to inspect the different vehicles to determine the exact installation requirements prior to responding to this RFP. Proposers shall acknowledge that this requirement has been met and identify the types of vehicles and apparatus that have been inspected. 4. Portable (Handheld) Radios: Portable radios shall be capable of performing all functions and features of the system, as noted in this RFP, including the ability to roam into other compatible radio systems, given that the proper programming and permission(s) are in place. Individual departments and agencies may request specific features, and these are noted in Section 13. 5. Distribution of Mobiles, Portables, & Control Stations by Agency: A description of the representative quantities of mobiles, portables, and control stations and associated accessories required for each participating agency has been provided in Section 13 of this RFP. "Control station" refers to a station equipped with a power supply and antenna system and user interface consisting of a microphone and speaker, and these stations are either remotely controlled, local controlled or both remotely and locally controlled. Control stations may be wall mounted, rack mounted, placed on an equipment rack shelf or used on a tabletop or desk. "Remote controller" refers to a desktop unit/controller/deskset interfaced to the control station by some means of connectivity. A number of control stations will be used as a “back-up” means to access the trunked radio system in the case of failure of the primary dispatch communications console system. They will also be used as the primary means to access the trunked radio system for some departments and agencies. Other control stations will be used for interoperability purposes. 6. Dispatch Console RF Control Stations or Base Stations: Dispatch console system requirements are provided in Section 6 and specifications for control / base stations for the console system is included in this section, Section 7. 7.2.2

Mobile Radio Installation Requirements

Inspections of the mobile and fixed equipment installations shall be performed by the Cities. Proper tools shall be used for cable crimping and splicing. All connections and splices shall be protected using heat shrink tubing, cable loom, and shall be routed in the vehicles in a symmetrical, neat, and orderly fashion adhering where possible to existing cable routing. The Garland Radio Service Center performs the majority of installations and have set certain standards that the Contractor will need to adhere to including the installation materials and tools used. In order to maintain consistency in all mobile installations, the Cities require that the following list of installation materials and tools be used throughout the mobile installation process.

RCC CONSULTANTS, INC. 30

PAGE 212 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Distributer Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc.

REQUEST FOR PROPOSALS, AUGUST 2014

Table 7.2.1A – Mobile Installation Tools and Materials Distributer Material Part Manufacturer Description Description Number MOLEX PERMA-SEAL BUTT 30980 Red Butt CONNECTOR 22-18 GA 19164-0013 MOLEX PERMA-SEAL BUTT 31980 Blue Butt CONNECTOR 16-14 GA 19164-0044 MOLEX PERMA-SEAL BUTT 32980 Yellow Butt CONNECTOR 12-10 GA 19164-0056 MOLEX PERMA-SEAL STEP DOWN 38058 Blue/Red Butt BUTT CONNECTOR 22-18 TO 16-14 MOLEX PERMA-SEAL STEPDOWN 38059 Yellow/Blue Butt BUTT CONNECTOR 16-14 TO 12-10 MOLEX PERMA-SEAL BUTT 33980 Pink Butt CONNECTOR 8 GA 19164-0079 Red Spade FEMALE DISCONNECT .250 X .032 30513 Female 22-18GA FULLY INSULATED NYLON Blue Spade FEMALE DISCONNECT .250X.032 1631513 Female 14GA FULLY INSULATED NYLON Yellow Spade FEMALE DISCONNECT .250 X .032 1232515 Female 10GA FULLY INSULATED NYLON MALE DISCONNECT .250 X .032 2230512 Red Spade - Male 18GA FULLY INSULATED NYLON MALE DISCONNECT .250 X .032 1631512 Blue Spade - Male 14GA FULLY INSULATED NYLON Yellow Spade MALE DISCONNECT .250 X .032 1232514 Male 10GA FULLY INSULATED NYLON Space Caps 18-16 GA CLOSED END 37021 White CONNECTORS Space Caps 22-20 GA CLOSED END 37024 White CONNECTORS SEALED TERMINAL 22-18 GA #10 30903 Red Ring - Small RING Red Ring SEALED TERMINAL 20-18 GA #1/4 30904 Medium RING SEALED TERMINAL 20-18 GA #3/8 30906 Red Ring - Large RING SEALED TERMINAL 16-14 GA #10 31903 Blue Ring - Small RING Blue Ring SEALED TERMINAL 16-14 GA #1/4 31904 Medium RING SEALED TERMINAL 16-14 GA #3/8 31906 Blue Ring - Large RING Yellow Ring SEALED TERMINAL 12-10 GA #1/4 32903 Medium RING Yellow Ring SEALED TERMINAL 12-10 GA #3/8 32905 Large RING 12-10GA PERMA-SEAL HEAT SHRINK 32806 Yellow Ring - XL RING TERMINAL STUD SIZE 1/2

RCC CONSULTANTS, INC. 30

%LG

PAGE 213 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Distributer Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Waytek Inc. Tessco

7.2.3

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 7.2.1A – Mobile Installation Tools and Materials Distributer Material Part Manufacturer Description Description Number Red HS Spade 22-18 GA FEMALE DISCONNECT .250 30913 Female X .032 RED HEAT SHRINK Blue HS Spade 16-14 GA FEMALE DISCONNECT .250 31913 Female X .032 BLUE HEAT SHRINK Yellow HS Spade 12-10 GA FEMALE DISCONNECT .250 32915 - Female X 032 YELLOW HEAT SHRINK Red HS Spade 22-18 GA MALE DISCONNECT .250 X 30912 Male .032 RED HEAT SHRINK Blue HS Spade 16-14 GA MALE DISCONNECT .250 X 31912 Male .032 BLUE HEAT SHRINK Yellow HS Spade 12-10 GA MALE DISCONNECT 32914 - Male .250X.032 YELLOW HEAT SHRINK 22-18 GA #8 SPADE TERMINAL 30754 Red Spade (Fork) INSULATED NYLON EXTRA SLEEVE 16-14 GA # 8 SNAP SPADE NYLON 31754 Blue Spade (Fork) TERMINAL EXTRA SLEEVE Yellow Spade 12-10 GA # 8 SNAP SPADE NYLON 32754 (Fork) TERMINAL EXTRA SLEEVE MOLEX EXTRACTION TOOL 578 Extraction Tool 0011010168 TERMINAL MALE MLX LOOSE PIECE 31098 Molex Pin 14GA TO 20GA MOLEX 02-08-2004 TERMINAL FEMALE MLX LOOSE PCS 31097 Molex Pin 14GA TO 20GA MOLEX 02-08-1002 Connector CONNECTOR REC MLX 9 CONTACTS 38659 Housing 2.13 MM MOLEX 50-84-2090 CONNECTOR PLUG MLX 9 Connector CONTACTS 2.13 MM MOLEX 50-8438609 Housing 1090 Econo.Insul.Term.Crimper, For 22-16, 300776 Crimper Tool 16-14, 12-10AWG

Radio Field Unit (Subscriber Unit) Template Development:

The Proposer shall describe the method for gathering information from the individual departments and agencies for the development of programming templates. When responding to Section 13, Proposal Pricing, the Proposer shall include the cost of the full development of programming templates for each group. 7.3

Technical Specifications - User Equipment

7.3.1

Mobiles: Multiple Product Tiers -700/800 MHz and VHF or UHF Bands

1. Mobile Stations, 700/800 MHz: At the minimum, mobile radio units shall meet the requirements as noted in the following paragraphs and Proposers are to provide equipment that best meets the “tier” of radio as identified in the Section 13 worksheets. RCC CONSULTANTS, INC. 30

PAGE 214 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

2. General: Mobile radios supplied under this procurement shall be frequency synthesized and furnished to operate on all channels in the 700/800 MHz land mobile bands. Both conventional and trunked operation shall be supported. For trunked operation, specific channel assignment will be made by the trunking control system. Mobile radios should accommodate various mounting configurations including the following: a. Under the dash mounting b. Mounting in a radio console – Note that some consoles may have specific front plate templates that may require replacement c. Mounting in the trunk of the vehicle d. Other mounting provisions for certain police vehicles and fire/EMS vehicles. e. See “Inspection of Vehicles and Apparatus” paragraph below 3. Programming: Programming shall be accomplished through the use of EE-PROMs or equivalent devices. New radios shall be delivered with all necessary channels and features already programmed. Detailed operational and technical instructions on programming shall also be supplied. The unit shall be 100% solid-state. The RF output power into 50 Ohms shall be adjustable to 30 Watts maximum. 4. Serial Numbers: All mobile radios shall have an engraved or stamped multi-digit unique serial number and bar code applied to each unit. These shall be of such type, and located in such a position that their removal or alteration is as difficult to do and as obvious to spot as economically feasible. It is not the intent of the RFP in requiring this identification to raise the cost of the units by any significant percentage. Proposers must be aware of this intent when proposing a suitable method of identification. As part of implementation services, the selected Contractor must provide a paper copy and an electronic copy (inventory) of a complete listing of all equipment delivered with unique serial numbers by department/agency, and must also maintain a copy in its records to facilitate system support and future purchases. 5. Exterior Construction: The mobile station exterior housing shall be made of plated or painted steel or aluminum of sufficient gauge to provide for adequate protection and theft deterrence. 6. Cabling: The interconnecting cable, including + and - DC power, shall be of such construction that frequent exposure to hydraulic fluids and petroleum based oils will cause minimal damage such as cracking or softening of the cable jacket. 7. TOT: A transmitter time-out-timer must be provided to limit key-down time. 8. Compatibility: All mobile units supplied must be fully compatible with the fixed station equipment provided under this procurement and be able to operate on other P25 compliant systems in the area once the units are properly programmed. 9. Basic Functionality: Mobile radio equipment proposed shall incorporate the latest available technology and shall be totally functional in the vehicular environment. This shall include, but not be limited to, RF immunity, DC input voltage fluctuations, noise introduced in the DC line, and typical usage impact. Any degradation of functional parameters of the equipment supplied due to normal or emergency operation of the vehicle in which it is installed shall be corrected by the Contractor. 10. Construction: External heat radiators shall be used to keep the RF power devices within conservative operating temperature, without allowing airborne contaminants to enter the interior portion of the radio. The housing shall be devoid of any louvers or other openings thereby protecting the radio set from dirt, dust, moisture, and splashing water.

RCC CONSULTANTS, INC. 30

PAGE 215 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

11. Accessories: All open air mobile units and all external headsets, microphones and speakers must be weatherproofed and suitable for outdoor mounting. All installation cabling, brackets, etc., must be part of this procurement. 12. Control Heads: Control head mounting locations shall be subject to the approval of the particular department being supplied. Mobile antennas and cabling to trunk or dash mounted units must be supplied as part of this procurement, replacing any existing cabling and antennas. 13. Special Requirements: Special purpose vehicles, if any, such as fire apparatus with intercoms shall be equipped with a water resistant speaker and noise-canceling microphone. In addition, as appropriate, headsets and water resistant speakers shall be supplied. 14. Inspection of Vehicles and Apparatus: Proposers must thoroughly inspect fire apparatus and each vehicle’s radio/intercom system to ensure that the proper interface is being provided to the in-vehicle audio system. Installation costs proposed must include pricing for the provision of this interface with existing apparatus equipment if, during the inspection, either of the Cities expresses the desire to retain this equipment. 15. DC Power: The mobile radio shall be capable of operation from a nominal 12-Volt DC primary power source, with positive action reverse polarity protection to avoid damage if the radio were to be incorrectly installed. In that event, the only damage allowed shall be blown fuses if the radio were turned "ON". The radio set shall operate from a negative ground primary source and shall be wired to the "cold" side of the vehicle ignition switch. All power should be derived directly from the vehicle battery, without using active components. Primary power input shall be adequately fused to assure fast and positive action. 16. Talkgroup Scan: Some mobile radios will require priority-scanning capability. These units shall be capable of scanning a minimum of ten (10) talkgroups. Proposers shall provide the maximum number of talkgroups that can be placed in a scan list. The operator shall be readily able to select the talkgroups to be scanned, to designate and change the priority channel, and to enable or disable the scanning mode. 17. GPS Option: The Cities request that Proposers include information regarding the use of GPS for vehicle tracking purposes; any such option available for the mobile units being proposed shall be included in the Proposal, along with a full description of the feature and system components that will be required in order to support vehicle location. 18. System Compatibility: Mobile radios shall be equipped and compatible with software related features of the trunking system: a. System busy – audible indication shall be provided for a system busy indication b. Automatic unit identification – radios shall transmit a digital ID upon push to talk (PTT-ID) c. System access priority d. Central controller failure operating mode e. Wide-area operation capability f.

Selective inhibit and un-inhibit

g. Call alert h. Emergency alert i.

Visual and audible notification whenever any major functionality occurs to the infrastructure

j.

Encryption (designated number of public safety radios)

RCC CONSULTANTS, INC. 30

PAGE 216 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

19. Emergency Alarm Switch: Mobile radio control heads shall be equipped with an emergency switch which will encode a unit identification and emergency status message when depressed. This indication shall be placed onto the system immediately, and shall be decoded and displayed at the pre-designated dispatch console(s). 20. Status Tones: Shall provide audible indication of the following conditions: a. System busy b. Call back when channel available c. Time out timer activation d. Access to system denied e. Out of trunked radio system range f.

Site trunking indication

g. Other reduced capability indicator 21. Control – The following items shall pertain to mobile unit control requirements a. Mounting - Shall provide for mounting on vertical or horizontal plane mounting surface b. Displays - Shall be clearly labeled and shall be backlit for nighttime visibility c. Microphone - Palm type, with push to talk switch d. Selector Switches - Rotary selectors and volume controls are preferred instead of rocker buttons e. Multiple control heads - Some vehicles may require a front and rear control head f.

An "on-off" switch shall control primary power to the radio set.

g. A volume control shall regulate the audio level of the speaker. h. Indicators (either incandescent, LED, or LCD devices) shall be provided which indicate "radio set on" and "transmitter carrier on" functions. i.

A channel or talkgroup selector switch

22. Service Facilities: A central metering jack/interface shall be provided for connecting test apparatus to the radio for measuring transmitter and receiver circuitry alignment. 23. Selective Signaling and Alert Decoder: An integral decoder shall allow for selective signaling of mobile units and shall provide a visual and/or audible indication on the control head of a call waiting. 24. Talk-around and Conventional Operation: Shall provide for direct, simplex, mobile-to-mobile communication on the base station transmit frequency or other frequency, and conventional mobile relay operation. 25. Transmission Lines and Antennas: Selected types of mobile antennas are to be provided by the Proposers allowing the Cities to select the type of antenna that best suits the needs of the particular vehicle. As part of the standard package, a roof or trunk mount antenna (Antenna Type 1 or Type 2) shall be proposed as noted in the specific worksheet in Section 13. All mobile RF connections must be weatherproof and corrosion resistant. Table 7.3.1A - Antenna Type 1 - Collinear Roof or Trunk Mount Gain Antenna Mounting:

¾” Hole Roof Top Mount

RCC CONSULTANTS, INC. 30

PAGE 217 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Gain:

+3 dB with respect to Quarter Wave

Cable:

Low loss public safety grade, minimum 15’ in length

Connector:

To Match Mobile Radio

Table 7.3.1B - Antenna Type 2 - Collinear Roof or Trunk Mount ¼ Wave Antenna Mounting:

¾” Hole Roof Top Mount

Gain:

Unity referenced to a Quarter Wave

Cable:

Low loss public safety grade, minimum 15’ in length

Connector: To Match Mobile Radio 26. Preferred Antenna Types: Both Garland and Mesquite have listed a preferred mobile antenna type. Being is that the system is being designed to support portable radio coverage; the type of mobile antenna used should not create any significant impact. However, Proposers shall acknowledge the request and state if there is any impact to mobile coverage by using these antennas. a. Panorama AF835 b. Maxrad BMAX7633S 27. Multiple Product Tiers - Mobile Radios: At least four tiers of mobile radio products shall be available for consideration. A high level general definition of the various tiers of mobile radios noted below. At a minimum, the particular tier of radio should meet the following feature sets. If the Proposer is offering a higher tier radio in those instances where a lower tier radio is being requested, or is offering more features/functionality in a particular model this should be fully explained in the Proposal. a. High Tier Digital Mobile: 1) Up to 1000 modes/channels available 2) line 10 character backlighted alphanumeric display 3) Full keypad or Limited Keypad 4) Emergency button 5) Unlimited individual call, private call 6) Digital AES encryption supported 7) Project 25 Phase 2 Common Air Interface b. Mid-Tier Digital Mobile: 1) Up to 500 modes/channels available 2) 8 character backlighted alphanumeric display 3) Limited keypad 4) Emergency button 5) User definable list of for individual call, private call

RCC CONSULTANTS, INC. 30

PAGE 218 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

6) Digital AES encryption supported 7) Project 25 Phase 2 Common Air Interface c. Basic Tier Digital Mobile: 1) Up to 100 modes/channels available 2) 8 character backlighted alphanumeric display 3) Selector/rotary knob, no keypad 4) Project 25 Phase 2 Common Air Interface d. Top Tier Digital Mobile: 1) Up to 1500 modes/channels available 2) P25 Phase 2 Common Air Interface 3) 3 line 14 character backlighted alphanumeric display 4) Full keypad or Limited Keypad 5) Emergency button 6) Unlimited individual call, private call 7) Digital AES encryption supported 8) Dual band 700/800 MHz and VHF or UHF Bands 9) Optional tri-band 700/800 MHz, VHF, & UHF Bands 28. Analog Capability: The Proposer shall also provide information about the digital subscriber unit’s analog capability both for conventional and trunked operations. 29. Mobile radio unit minimum specifications are found in the following table. Proposers are to supply detailed technical specifications for all tiers of radios proposed. Table 7.3.1C – Minimum Mobile Radio Specifications Power Requirements

11-16 VDC, negative ground

Temperature

-30q to +60q C (Full Performance)

Humidity

95% @ 50q C

Duty Cycle

20% Tx 100% Rx

Shock & Vibration

MIL 810 C/D/E/F/G as applicable to the various tiers

Tx RF Output Power

30 Watts maximum adjustable

Tx RF Output Impedance Tx Frequency Stability

Proposer to include specification information

Tx Audio Response

Proposer to include specification information

Tx Audio Distortion

Proposer to include specification information

Tx Spurious & Harmonic

Proposer to include specification information

RCC CONSULTANTS, INC. 30

PAGE 219 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 7.3.1C – Minimum Mobile Radio Specifications

7.3.2

Tx FM Noise

Proposer to include specification information

Rx Frequency Stability

Proposer to include specification information

Rx Sensitivity (EIA SINAD)

Proposer to include specification information

Rx Selectivity (12.5 kHz Channel)

Proposer to include specification information

Rx Intermod Rejection

Proposer to include specification information

Rx Spurious & Image Rejection

Proposer to include specification information

Rx Audio Response

Proposer to include specification information

Rx Audio Output

Proposer to include specification information

Portables: Multiple Product Tiers -700/800 MHz and VHF or UHF Bands

1. The Cities expect that at least four (4) tiers of portable radio products will be available for consideration. These radios shall operate in the full 700/800 MHz Public safety band. Additionally, for certain radios the 700/800 MHz & VHF bands, or the 700/800 MHz and UHF bands are required. For these applications a Multiband 700/800 MHz VHF and UHF radio may be proposed instead of the 700/800/VHF or 700/800/UHF radios. A high level general definition of the various tiers of portable radios noted below. At a minimum, the particular tier of radio should meet the following feature sets. If the Proposer is offering a higher tier radio in those instances where a lower tier radio is being requested, or is offering more features/functionality in a particular model this should be fully explained in the Proposal. 2. At a minimum, the particular tier of radio should meet the following specifications. a. High Tier Digital Portable: 1) Up to 1000 modes/channels available 2) lines 10 character backlighted alphanumeric display 3) Full button keypad 4) Emergency button 5) Status icons 6) Unlimited individual call, private call from keypad 7) Adaptive power control 8) Intrinsically safe operation option 9) Ruggedized/submersible option 10) Digital AES encryption supported 11) Project 25 Phase 2 Common Air Interface 12) GPS operation option b. Mid-Tier Digital Portable: 1) Up to 500 modes/channels available

RCC CONSULTANTS, INC. 30

PAGE 220 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

2) 2 lines 10 character backlit alphanumeric display 3) Limited keypad 4) Emergency button 5) Status icon 6) User definable list of interconnect, individual call, private call – list the number of entries available with each list 7) Adaptive power control 8) Intrinsically safe operation option 9) Ruggedized/submersible option 10) Digital AES encryption supported 11) Project 25 Phase 2 CAI 12) GPS operation option c. Basic Tier Digital Portable: 1) Up to 100 modes/channels available 2) No display 3) No keypad 4) Project 25 Phase 2 CAI 5) GPS Operation option d. Top Tier Digital Portable: 1) Dual band 700/800 MHz and VHF or UHF Bands 2) Optional tri-band 700/800 MHz, VHF, & UHF Bands 3) At least 1500 modes/channels available 4) Project 25 Phase 2 CAI 5) Minimum 3 lines 10 character backlighted alphanumeric display – optional top and front displays 6) Emergency button 7) Ruggedized/submersible option 8) Intrinsically safe operation option 9) Limited and Full button keypad available 10) Status icons 11) Unlimited individual call, private call from key pad 12) Adaptive power control 13) Digital AES encryption 14) Enhanced background noise cancelling and higher level audio output (adjustable)

RCC CONSULTANTS, INC. 30

PAGE 221 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

3. Talkgroup Scan: Some portable radios will require priority-scanning capability. These units shall be capable of scanning a minimum of ten (10) talkgroups. Proposers shall provide the maximum number of talkgroups that can be placed in a scan list. The operator shall be readily able to select the talkgroups to be scanned, to designate and change the priority channel, and to enable or disable the scanning mode. Proposers shall also provide information about the radio’s option for scanning both trunked and conventional channels. 4. GPS Option: The Cities request that Proposers include information regarding the use of GPS for portable unit tracking purpose, any such option available for the high tier and top tier units being proposed shall be included in the Proposal along with a full description of the feature and system components that will be required in order to support user radio location. 5. System Compatibility: Portable radios shall be equipped and compatible with software related features of the trunking system: a. System busy – audible indication shall be provided for a system busy indication b. Automatic unit identification – radios shall transmit a digital ID upon push-to-talk c. System access priority d. Central controller failure operating mode e. Wide-area operation capability f.

Selective inhibit and un-inhibit

g. Call alert h. Emergency alert i.

Visual and audible notification whenever any major functionality occurs to the infrastructure

j.

AES Encryption (designated number of public safety radios)

6. Emergency Alarm Switch: Upper tier portables shall be equipped with an emergency button which will encode a unit identification and emergency status message when depressed. This indication shall be placed onto the system immediately, and shall be decoded and displayed at the pre-designated dispatch console. A variable time delay to minimize spurious alarm activation shall be available. 7. Status Tones: Shall provide audible indication of the following conditions: a. System busy b. Call back when channel available c. Time out timer activation d. Access to system denied e. Out of trunked radio system range f.

Site trunking indication

g. Other reduced capability indicator 8. Analog Capability: Each Proposer should also provide information about the digital subscriber unit’s analog capability for both conventional and trunked systems.

RCC CONSULTANTS, INC. 30

PAGE 222 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

9. Intrinsically Safe: Proposers shall provide an intrinsically safe option for portable units that allow their use in hazardous locations per the latest recognized standards. The Proposer shall describe the Class and Groups of hazardous (classified) locations where these units may operate. 10. Additional Specifications: Portable radio unit specifications are found in the following table for the 700/800 MHz portable radios. Proposers are to supply detailed technical specifications for all tiers of radios proposed. Table 7.3.2A – Portable Radio Specifications Power Requirements

Proposer to include high grade batteries using latest technology

Temperature

-30q to +60q C (Full Performance)

Humidity

95% @ 50q C

Duty Cycle

10% Tx 10% Rx 80% Standby (8 hour minimum battery life)

Shock & Vibration

MIL 810 C/D/E/F/G as applicable for each tier

Tx RF Output Power

Minimum 3 watts (700/800 MHz)

Tx Frequency Stability

Proposer to include specification information

Tx Audio Response

Proposer to include specification information

Tx Audio Distortion

Proposer to include specification information

Tx Spurious & Harmonic

Proposer to include specification information

Tx FM Noise

Proposer to include specification information

Rx Frequency Stability

Proposer to include specification information

Rx Sensitivity (EIA SINAD)

Proposer to include specification information

Rx Selectivity (12.5 kHz Channel)

Proposer to include specification information

Rx Intermod Rejection

Proposer to include specification information

Rx Spurious & Image Rejection

Proposer to include specification information

Rx Audio Response

Proposer to include specification information

Rx Audio Output

Proposer to include specification information

11. Portable Accessories: There are several different portable accessories used by each of the different agencies involved in this procurement. Accessories would range from surveillance kits used by law enforcement to the interface to bunker gear equipment for the different fire departments. Different portable units are also used for Wave Radio’s in Mesquite and there are VARDA radios in Garland. Proposers shall view the different type of accessory requirements by each of the different agencies to ensure that any special interface requirements are addressed.

RCC CONSULTANTS, INC. 30

PAGE 223 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

12. SCBA and Blue Tooth Accessories: Each of the different agencies has unique requirements and has varying types of bunker gear interfaces and accessory requirements. Proposers shall state what make and model of SCBA equipment their portable radios can interface with. The agencies are interested in using Blue-Tooth technology for accessories used by both police and fire departments. 13. WAVE Radios in Mesquite: The City of Mesquite uses WAVE radios for different security functions. The system is configured to work on any radio system but special cables are required to interface a portable radio to the WAVE control board. These devices are currently serviced and provided by Secure Tech Systems based in Irving Texas (877-468-6524). The interface to the WAVE device consists of a cable interface and battery elimination interface. Proposers shall need to contact Secure Tech Systems to ensure that their proposed radios can be used with these devices. “Basic” Tier portable radios shall be used for these devices. 7.3.3

RF Control Stations

1. "Control station" refers to a radio with a user interface consisting of a microphone and speaker, and that is equipped with a power supply and antenna network. These stations are either remotely controlled, local controlled, or both. Control stations may be wall mounted, rack mounted, placed on an equipment rack shelf or used on a tabletop or desk. Some of these stations will be controlled/operated by the individual radio communications dispatch centers, whereas others may be controlled by a “remote controller” or directly by an operator using the associated microphone and controls directly on the unit (local control). "Remote controller" refers to a desktop unit/controller/deskset interfaced to the control station by some means of connectivity. RF control stations being supplied shall meet the following requirements: 2. FCC Type Acceptance: All radio equipment shall be FCC type accepted under Part 90 of the FCC Rules and Regulations. 3. Multiple Product Tiers - RF Control Station Radios: At least three tiers of RF control station radio products shall be available for consideration. At a minimum, the particular tier of radio should meet the following specifications. If the Proposer is offering a higher tier radio in those instances where a lower tier radio is being requested, or is offering more features/functionality in a particular model this should be fully explained in the proposal. a. High Tier Digital Control Station shall exhibit at the minimum: 1) Operable in the 700/800 MHz band 2) Up to 512 modes/channels available 3) 2 line 10 character backlighted alphanumeric display 4) Full front panel keypad 5) Local and remote control 6) P25 Phase 2 operation 7) Conventional analog operation 8) Unlimited individual call, private call 9) Digital AES encryption 10) Integrated 110/220 V power supply

RCC CONSULTANTS, INC. 30

PAGE 224 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

11) Desktop microphone 12) Internal speaker b. Mid-Tier Digital Control Station 1) Operable in the 700/800 MHz radio band 2) Up to 256 modes/channels available 3) 8 character alphanumeric display 4) Limited front panel keypad 5) Local control 6) P25 Phase 2 operation 7) Conventional analog operation 8) Limited individual call, private call, user programmable 9) Digital AES encryption 10) External 110 VAC power supply 11) Desktop microphone 12) Internal speaker c. Basic Tier Digital Control Station 1) Operable in the 700/800 MHz radio band 2) Up to 48 modes/channels available 3) Limited front panel keypad 4) Local control 5) P25 Phase 2 operation 6) Conventional analog operation 7) Limited individual call, private call 8) External 110 VAC power supply 9) Desktop microphone 10) Internal speaker 4. General: All control stations supplied under this procurement shall be frequency synthesized and furnished to operate on all channels in the 700/800 MHz land mobile bands. Specific channel assignment will be made by the trunking control system. 5. Programming: Programming shall be accomplished through the use of EE-PROMs. Radios shall be delivered with all necessary channels already programmed. Detailed operational and technical instructions on programming shall also be supplied. The unit shall be 100% solid-state. 6. Labeling: All control stations shall be labeled as to their exact function for each particular agency and department.

RCC CONSULTANTS, INC. 30

PAGE 225 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

7. Exterior Construction: The control station exterior housing shall be made of plated or painted steel or aluminum of sufficient gauge to provide for adequate protection and theft deterrence. Heavy duty plastic, nylon or other suitable synthetic material may be used for the radio enclosure/housing if its usage is adequately justified and it can meet the required performance specifications. 8. TOT: A transmitter time-out-timer must be provided to limit key-down time. 9. System Compatibility: All control stations supplied must be fully compatible with the fixed station equipment provided under this procurement. 10. Talkgroup/Channel Scan: Control stations may require priority-scanning capability. These units shall be capable of scanning a minimum of ten (10) talkgroups. Proposers shall provide the maximum number of talkgroups that can be placed in a scan list. The operator shall be readily able to select the talkgroups to be scanned, to designate and change the priority channel, and to enable or disable the scanning mode. 11. System Compatibility: Control stations shall be equipped and compatible with software related features of the trunking system: a. Automatic unit identification – the unit shall transmit a digital unit ID upon push-to-talk b. System access priority c. Selective inhibit and un-inhibit d. Visual and audible notification whenever any reduced backbone functionality occurs or operation is localized to autonomous subsystems 12. Conventional Operation: Shall be capable of operating on a minimum of ten radio channels in the 800/700 MHz radio band in either an analog or digital conventional mode. 13. Project 25: Shall be Project 25 Phase 2 compliant with (CAI) common air interface to permit P25 digital trunked and conventional operation. 14. Status Tones: Audible indication shall be provided for the following operational conditions: a. System busy b. Callback when channel available c. Time out timer activation d. Access to system denied 15. Interfaces: It shall be the Proposer’s responsibility to provide the specified interface i.e., local control, local/remote control, or remote control, and all associated equipment when supplying new RF control stations. 16. Any RF remote control stations placed at tower sites to support interoperability shall be equipped with a VoIP interface that will allow them to be connected to the new MPLS digital microwave system being provided within this procurement. The interface will support voice communications and the control functions to operate the station. 17. Fire Station Alerting (FSA) Interface: Control Stations being used at the various fire stations of the participating agencies shall be equipped with an interface that presents a form C relay output and a 600 Ohm transformer audio output that is activated by the trunked system’s “call-alert” RCC CONSULTANTS, INC. 30

PAGE 226 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

feature. The FSA shall be activated by the associated dispatch center using controls at the radio operator’s position. The interface shall be connectable to the Fire Station’s PA system and a means shall be provided to allow the call-alert to be manually reset at the interface and/or at the control station. 18. Technical Specifications: Specifications are found in the following table for 700/800 MHz control Station equipment and equipment proposed shall meet the minimum requirements. Table 7.3.3A – Control Station Specifications Power Requirements

110 VAC, 60 Hz or 110/220 VAC 60 Hz

Temperature

-30q to +60q C (Full Performance)

Humidity

95% to 50q C

Duty Cycle

20% Tx 100% Rx

Shock & Vibration

MIL 810 C/D/E/F/G

Tx RF Output Power

30 Watts

Tx RF Output Impedance

50 :

Tx Frequency Stability

Proposer to include specification information

Tx Local Audio Sensitivity

Proposer to include specification information

Tx Audio Response

Proposer to include specification information

Tx Audio Distortion

Proposer to include specification information

Tx Spurious & Harmonic

Proposer to include specification information

Tx FM Noise

Proposer to include specification information

Rx Frequency Stability

Proposer to include specification information

Rx Sensitivity (EIA SINAD)

Proposer to include specification information

Rx Selectivity (12.5 kHz Channel)

Proposer to include specification information

Rx Intermod Rejection

Proposer to include specification information

Rx Spurious & Image Rejection

Proposer to include specification information

Rx Audio Response

Proposer to include specification information

Rx Audio Output

Proposer to include specification information

19. Control Station Antenna Systems: Depending upon the particular use of a control station, either existing antenna systems may be used if found to be satisfactory by the Proposer, or the antenna system is to be replaced. When multiple control stations are used at a location, the use of a control station combiner may be utilized in order to reduce the number of antennas. Such combiners shall operate in the full 769-869 MHz radio band and shall ensure that predictable radio to radio isolation is provided at all times regardless of each radio’s operating mode or antenna isolation characteristics. A separate antenna for transmit and receive shall be provided for each control station combiner. When proposing a control station combiner, the Proposer shall clearly identify the device and provide, at the minimum, the following information.

RCC CONSULTANTS, INC. 30

PAGE 227 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 7.3.3B – Control Station Combiner Specifications Frequency Bandwidth:

769-869 MHz

Frequency Separation:

Proposer to include specification information

Number of Control Stations Accommodated

Describe

RF Power -Watts/Channel:

Proposer to include specification information

Minimum Frequency Separation:

Proposer to include specification information

Insertion Loss (dB):

Proposer to include specification information

Isolation TX to TX (dB):

Proposer to include specification information

Isolation TX to RX:

Proposer to include specification information

Isolation Antenna to TX:

Proposer to include specification information

Return Loss-TX:

Proposer to include specification information

Return Loss-RX:

Proposer to include specification information

Operating Temperature:

Proposer to include specification information

Dimensions:

Proposer to include specification information

Weight: :

Proposer to include specification information

RF Connector Type(s):

Proposer to include specification information

DC Power Volts/Amps

Proposer to include specification information

AC Power Volts/Amps

Proposer to include specification information

20. A manufacturer’s equipment brochure and specification sheet shall be included in the proposal that further describes the equipment being provided. 21. Control Station 700/800 MHz Antenna Systems Specifications: Any new RF Control Station antennas supplied shall meet the following minimum requirements. a. Frequency Range: 769-869 MHz b. Gain (dBd): 2.5 dBd c. Bandwidth: 100 MHz d. VSWR: 1.5 to 1 or less e. Type of Horizontal Pattern: To be determined by the Proposer f.

Nominal Impedance: 50 ohms

g. Maximum power input: 200 Watts h. Lightning Protection: DC ground i.

Termination type: type N female

j.

Rated Wind Velocity (for outdoor antenna): 100 mph without ice

RCC CONSULTANTS, INC. 30

PAGE 228 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

22. Control Station 700/800 MHz Antennas: As part of the response to these Specifications, the manufacturer, make and model number of the antennas, and any mounting hardware being provided, shall be clearly noted and accompanied by a specification sheet or brochure of the specific product giving all pertinent electrical and mechanical details. 23. Transmission Line – General Requirements: A high quality foam-dielectric coaxial transmission line kit shall be provided to interconnect the associated RF control station to its respective antenna. The Proposer shall determine the length of the transmission line kits based upon an examination of the radio sites. The foam-dielectric transmission line shall be constructed of copper corrugated outer conductor and copper inner conductor and shall be jacketed with a weather resistant polyethylene (or equivalent) covering. 24. Transmission Line – Installation Requirements: The means of securing the transmission line shall consist of the manufacturer's recommended components for a proper and professional installation. RF connectors provided as part of the kit shall be designed to provide weatherproof connections and low intermodulation generation. Field installation of connectors, if required, shall follow the manufacturer’s instructions without deviation. No splices or adapters shall be used under any circumstance. However, it is permissible to utilize different connectors on opposite ends of a cable to avoid the use of adapters. In addition, any connectors/connections used outdoors must be protected from corrosion and be fully weatherproof. The use of vinyl tape is not acceptable for any purpose whatsoever. 25. Transmission Line – Cable Type: For transmission line lengths of 100 feet or less, a 3/8" inch super flexible foam dielectric RF cable shall be used to interconnect the control station to the antenna. If the transmission line length is greater than 100 feet, 1/2" super flexible foam dielectric transmission line shall be used, along with appropriate RF jumper cables. 26. Transmission Line Specifications: Table 7.3.3C – Transmission Line Specifications Characteristic

⅜" Superflexible

½" Superflexible

Impedance:

50 Ohms

50 Ohms

Average Power @ 800 MHz:

0.75 kW

1.18 kW

Outer Conductor:

Copper

Copper

Inner Conductor:

Copper Clad Aluminum

Copper Clad Aluminum

Attenuation @ 800 MHz:

3.1 dB/100'

1.9 dB/100'

27. Transmission Line Brochures: As part of the response to these Specifications, the manufacturer, make and model number of the transmission line, RF jumper cables and RF connectors shall be clearly noted and accompanied by a specification sheet or brochure of the specific product giving all pertinent electrical and mechanical details. 28. Labeling: All transmission lines and interconnecting RF cables shall be clearly labeled at both ends to allow for ease of identification. Labels shall be permanent in nature and easily read. The labeling shall clearly note the function of the individual cables along with any other information pertinent to the use of the RF cables.

RCC CONSULTANTS, INC. 30

PAGE 229 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

29. Grounding and Bonding: The outer conductor of all coaxial transmission lines shall be grounded at the top of the vertical run and at the bottom of the vertical run on the tower or support structure. In addition, the transmission line shall be grounded at the point of entrance of the cable to the equipment room. All transmission line grounds shall be connected to the nearest external ground bar by an individual conductor for each line. Manufacturer approved grounding kits shall be used. The instructions supplied with these kits shall be followed for the installation of the kits. 30. Lightning Suppressors: Transmission line lightning suppressors shall be gas tube type with blocking capacitors. Conventional air gap suppressors shall not be used. The transmission line lightning suppressors shall be located at the transmission line entry point of the equipment shelter and grounded using short lengths of bonding strap or #2 AWG wire. These grounding straps or wire shall be connected to the nearest grounding point. 7.3.4

Garland and Mesquite Control Stations and Interoperability Stations

1. Radio access to and from the P25 trunked radio system from various fixed locations for the various departments and agencies is required. RF Control Stations, including antennas and transmission lines, shall be provided as directed by the RFP. “Local control” RF control stations do not require a VoIP interface, while “remote” control RF control stations and interoperability stations require a VoIP interface. In some cases the existing antenna system may be found to be satisfactory and if so these systems may be reused and the Proposer shall make this determination. 2. Control stations are of various categories. These are: a. Back-Up RF control stations are used to access the Cities’ P25 trunked system if the console system has lost connectivity to the network and cannot operate as a trunked radio console system. The console system shall automatically revert to the back-up control stations, which are “remotely controlled” by the console system via a VoIP interface. Console system controls are available to the operator. These stations are located at the dispatch centers in an equipment room, equipment closet or nearby equipment cabinet. Some of these stations may also be the source of audio for individual dispatch center audio logging. b. Interoperability RF control stations and base stations that provide access to systems designated as interoperable communications resources. These stations can operate in various radio bands, such as VHF, UHF, 700/800 MHz, and may be a combination of trunked, conventional, and/or P25. These stations require a VoIP interface and shall be operable from the console system of each dispatch center. It may be possible to re-use certain existing interoperability base / control stations. Proposers shall evaluate these existing resources and those that are deemed suitable to be re-used, must be interfaced to the new system. This interface will be included in the proposed system solution. c. Standalone RF control stations used for individual dispatch points and operating points including fire stations, public services dispatch points, incident command vehicles, etc. These stations are locally controlled, but in some cases, secondary operator points may be necessary using “desk-set” type controls that connect to the individual control station. d. Control station specifications and installation requirements listed in this RFP also apply to any RF modems deployed for any system management or monitoring equipment.

Proposer Compliancy Proposers shall insert a complete Point by Point response that addresses each numbered point or paragraph listed in this section. The response shall address at a minimum, the following:

RCC CONSULTANTS, INC. 30

PAGE 230 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

1. Read and Understood: Where appropriate, when there is a point or paragraph that does not specifically require that the Proposer indicate any level of compliancy and this point or paragraph is provided for informational purposes, the Proposer shall indicate that it has read and understood that point or paragraph. 2. Fully compliant with this point or paragraph: This shall indicate that the proposer fully understands the specification and is fully compliant with this requirement. 3. Partially compliant with this point or paragraph: This shall indicate that the Proposer does not fully meet the requirement or intent of the specification. The Proposer shall provide a complete description of why they do not meet the full requirement of the specification and then state their clarification or substitution for that particular point or paragraph. 4. Not Compliant (Exception): This shall indicate that the Proposer’s solution does not comply with this specification listed in this point or paragraph.

RCC CONSULTANTS, INC. 30

PAGE 231 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Section

8

8.1 8.1.1

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Implementation & Payment Section 8—Implementation & Payment

Implementation Implementation General Requirements

1. The new system implementation shall include the complete installation and optimization of the 700 MHz radio infrastructure, which is comprised of multiple repeater sites consisting of base repeater radios, microwave system, standby power systems, grounding systems, shelters, network and trunked system controllers and associated equipment and other subsystems as described in this RFP that are selected by the Cities for implementation. It shall include the installation of the radio dispatch center equipment for the Cities and new user radio equipment. Proposers must understand that the current system in place supports public safety communications and must not be disturbed or interrupted during the implementation. 2. The implementation of any system of this size and complexity is a significant undertaking. Careful planning of all aspects of the project, including the physical installation of equipment, new system testing, training, and cutover of the agencies onto the new system are required to ensure a successful project. The successful Proposer, i.e., Contractor, will provide detailed plans of processes for tracking and controlling the project. The proposal will include a high-level project plan for the overall project schedule, work breakdown structure, project communications procedures, quality assurance, change control procedures and a transition and cutover plan for each agency / department within each City. Special consideration must be given to the day-to-day operations of the agencies, which must not be disturbed or interrupted. 3. The project plan will be a dynamic document in that it will be continually updated and evaluated as the project progresses. A detailed project plan and schedule will be required of the Contractor after the system design review and will be a condition to proceed with the implementation phase. 8.1.2

Project Schedule

1. The Cities want to develop and implement the new system as soon as possible. The Proposer needs to provide a tentative project schedule including the below listed tasks. a. Contract signing/Notice to Proceed b. Completion of system design review c. Detailed Project Plan d. System staging completed e. Completion of infrastructure installations at end locations f.

Infrastructure acceptance testing successfully completed

g. Coverage testing successfully completed h. System and operational training for selected personnel completed

RCC CONSULTANTS, INC. 30

PAGE 232 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

i.

Test documentation submitted to the Cities

j.

Initial training of non-public safety users on new subscriber equipment and radio field unit installation completed of non-public safety equipment

k. 60-day operational test successfully completed l.

System infrastructure accepted, Warranty begins

m. Completion of transitioning the remaining City agencies to the system n. Project completion 2. A detailed project schedule shall be provided as part of the proposal. The project schedule shall be referenced to the contract execution date. The project schedule shall clearly identify tasks to be performed by both the Cities and the Contractor. 3. The project timeline shall include important milestones and logical breakpoints during which the Cities and Proposer shall assess the progress to date, and prepare for the remaining project tasks. 4. The first milestone of the Proposer’s timeline shall be contract execution or Notice to Proceed. All other events will be referenced in number of days from contract execution. The second major milestone in the proposed schedule shall be completion of system staging. At staging, all of the infrastructure equipment required to make a fully operational communications system shall be assembled into the proposed configuration and tested as a system, with test scripts approved by the Cities. This testing is referred to as Factory Acceptance Testing (FAT), using test scripts approved by the Cities, including, but not limited to: a. Trunked repeater site equipment including representative antenna system equipment with RF cabling b. Master site controllers, servers c. LAN/WAN/Audio Distribution Equipment d. Alarm and control units e. Dispatch console systems f.

Representative radio field units

g. System management systems h. System alarm panels and alarm reporting systems i.

Microwave system – The Proposer shall propose whether the microwave system is staged with the trunked radio system equipment or separate at the microwave vendor facility, and provide the basis for this decision for approval by the Cities.

5. At the successful completion of system staging, the fixed network will not be shipped until approval to ship has been granted by the Cities. 6. Upon receipt of approval from the Cities, the fixed network equipment shall be delivered to the Cities by a method designed to safely transport sophisticated electronic equipment. Upon arrival at the destination, all equipment will be received and inventoried by the Contractor, including software versions. Any interim storage required for the equipment is

RCC CONSULTANTS, INC. 30

PAGE 233 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

the responsibility of the Proposer. Title for the equipment shall not pass to the Cities until the equipment has been fully installed, aligned, and paid for. 7. When the system has been fully installed, programmed, is operational, the Contractor will fully test the system according to agreed upon test scripts. The test will generally repeat the FAT, although some factory conditions that may have been simulated, will need to be tested in the field. The Cities shall be notified in writing that the system is ready for acceptance testing. The proposed timeline shall include an appropriate amount of time for City officials to witness the FAT. 8. The Coverage Acceptance Tests (CAT) shall not begin until the system has been fully optimized and the infrastructure tests have been successfully completed and approved by the Cities, as well as ensure full foliage conditions are present for the duration of the CAT. Documentation of both the infrastructure and coverage test results shall be presented for the Cities’ review following successful completion of the coverage tests. The proposed timeline shall allow at least three (3) weeks for the Cities to review and approve the test documentation after all testing has been completed. 9. Non-Public Safety user training and radio field unit installation should be scheduled to begin within one (1) month after successful completion of the Coverage Acceptance Test. This will provide ample time for the Cities to review all test documentation, and time for the Contractor to resolve any deficiencies. This will also allow the Contractor time to prepare for the cutover to the new system, which will include training all users and issuing radio equipment. 10. A 60 consecutive day operational system test without a major failure, hardware/software changes, etc., will be required as part of system acceptance. All users shall be transitioned over to the new system prior to the burn-in test beginning. All non-public safety agencies shall be transitioned first and then public safety agencies will be converted. 11. The 60-day operational test, or Burn-In period, shall be scheduled to start upon written notification to the Cities that the system is ready for the burn-in test and the initial user training and radio field unit transitions have been successfully completed. 12. If the system performs as specified for 60 consecutive days, and the remainder of the acceptance tests and punch listed items have been resolved, then the system infrastructure will be considered accepted. Any major failure or hardware/software change that occurs, at the discretion of the Cities project manager, may reset the 60 day operational test period clock. The project manager’s decision to reset the clock should be based, in part, upon the source and severity of the failure and/or hardware/software change, as well as the operational impact suffered by the users. 13. The system will be observed during this period to ensure that it performs as specified. Any failure to perform as specified in the contract will be remedied before the infrastructure is accepted. 14. Upon successful completion of all of the agency transitions and burn-in period, the Contractor shall begin demobilization and removal of existing infrastructure equipment that is not being used as part of the new system. The Contractor shall provide a list of equipment to be removed to the appropriate City, at least two weeks prior to the planned removal date. Infrastructure equipment shall include, but is not limited to, base/repeater stations, consoles, associated control cables, antennas, and transmission lines. Equipment sites shall be

RCC CONSULTANTS, INC. 30

PAGE 234 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

cleaned of any existing mounting hardware, grounding straps, wiring, etc., that are no longer needed. The sites shall be left in a clean and orderly condition subject to the owning City’s inspection and approval. 15. Old infrastructure equipment will be conspicuously labeled with the following information: a. Site name and description b. Make, model & serial number c. Associated accessories or options d. Frequency information e. Any asset tags shall be recorded and inventoried 16. Infrastructure equipment from the existing system will be carefully inventoried as it is removed, and shall be stored in a City designated location within the owning City of area as appropriate. 8.1.3

Work Breakdown Structure

1. The Work Breakdown Structure shall provide the detailed task listing of the physical work to be accomplished by the Contractor and the Cities. The initial work breakdown structure diagram can be a high-level block diagram or a numbered list of the tasks to be accomplished by the Cities and the Contractor. The detailed work breakdown structure will be due three (3) weeks after the system design review. The work breakdown structure outlines the work needed to develop and implement the system. The tasks must be detailed enough so that all items are included and tracked, but it shall not be so detailed as to be cumbersome. Generally, tasks are broken down into what work can be accomplished in 4 to 8 hours by a person or a team. The Work Breakdown Structure can be a part of the Project Schedule, but it must include the following: a. Task description b. Responsibility for completion of work task c. Responsibility for supporting work task, if any d. Date scheduled for completion e. Date of completion 8.1.4

Project Communications Plan

1. The Contractor will provide a detailed communication plan that outlines all forms of contact and information sharing needed by the project team to ensure a successful project. The Contractor will provide the name, contact information and resume of the Project Manager. The Project Manager will be the single point of contact for the project. 2. The Cities are requiring a Contractor provided Project Manager with a local telephone number for contact. The Contractor shall provide a communication plan that includes contact information for the members of the project team and escalation procedures to be followed if there is an issue which may put the project or a portion of the project at risk. The communication plan must also show all levels of project reporting throughout the project lifecycle.

RCC CONSULTANTS, INC. 30

PAGE 235 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

3. Proposers shall include an option for either a full-time project manager that would be required to be on site during normal hours throughout the project, or a part time project manager who will need to be dedicated to the project but not be required to be on-site at all times. The full time project manager option would include that the Cities provide an office at one of the City facilities with a telephone and internet access. 4. The Cities require a regularly scheduled weekly project meeting that shall be conducted by the assigned Project Manager starting immediately after the contract signing. Items to be included in the communication plan: a. Project Team contact information b. Escalation procedure c. Scheduled meetings 1) Meeting cycles 2) Meeting agendas 3) Meeting report sample 4) Required attendees by title (engineer, user, executive, etc.) d. Project status reports 1) Status report cycle 2) Content to be provided in the status report 3) Status report sample 4) Status report recipients e. Secure web site for document sharing 8.1.5

Quality Assurance Plan

1. The Quality Assurance Plan is a physical guideline of the steps taken to demonstrate that system implementation is proceeding in a manner that is consistent with the Cities expectations and industry standards. The quality plan should include a narrative and/or photos of the acceptable final product of each phase of the installation. Physical inspection points need to be indicated and should include the following as a minimum guideline: a. The system design review b. System design documentation c. Equipment staging d. Equipment inspection and inventory e. Steps of inspection throughout the implementation process 1) The site is ready for construction 2) When pouring concrete 3) Tower erection 4) During placement of shelters 5) Before installing electronic equipment

RCC CONSULTANTS, INC. 30

PAGE 236 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

6) After installation of electronic equipment 7) Before installation of antennas 8) After installation of antennas f.

As-built documentation

g. Final acceptance 2. The Cities and the Contractor must have the appropriate representatives inspect and approve the quality of work before moving to the next step. Inspection points must be a part of the Project Schedule. 8.1.6

Change Control Process

As with all projects of this size and complexity there will be changes to the original scope of work. An important part of managing a project is to prevent, track, and document changes. The proposal will include the procedures to minimize or stop “scope creep”, identify potential problems that can change the schedule or project cost, and track and record changes that are agreed upon by the Cities and the Contractor. The proposal will include a sample change control document. 8.1.7

Transition and Cutover Plan

1. The proposal will include a high-level plan to transition agencies from the existing systems to the new system and the steps required to complete the cutover. During transition, an agency must not have communications on the existing system disrupted. The final cutover will be planned in such a manner as to have minimal disruptions to the Cities’ operations. The Proposer must consider the use of loaner radios, gateways, RF patches, timing, training and/or any other method to minimize disruptions to operations. 2. A detailed transition and cutover plan will be required from the Contractor sixty (60) days after the system review. The cutover plan must also include an exit plan to transition back to the old system if there is a problem during the cutover phase. There must be a well-defined decision point for the agency representative to determine if the agency and the system are ready for cutover. 3. The transition and cutover process is critical to the success of implementing a new system. The Cities will work closely with the Contractor to develop a successful plan. The Contractor will be expected to understand the operations of the agencies to be cutover to develop a plan that will minimize disruptions. 8.2 8.2.1

Payment & Project Schedule Payment Schedule

1. Payments will be made as key milestones are reached, in accordance with the following schedule:

RCC CONSULTANTS, INC. 30

PAGE 237 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

TABLE 8.2 – PAYMENT SCHEDULE MILESTONE

8.2.2

PAYMENT PERCENTAGE

Contract Signed & Executed

5%

Design Review Completed

5%

Completion of System Factory Staging

15%

Infrastructure Delivered & Fully Operational

15%

Infrastructure Acceptance Testing Completed

15%

Infrastructure Test Document Submitted & Approved

10%

Installation of Radio Field Units Completed

5%

60-Day Burn-In Successfully Completed

10%

System Accepted; Warranty Begins

20%

Extension of Project Schedule

1. Installation and satisfactory operation of the system must be completed within the period specified herein, or the time guaranteed by the Proposer in the project schedule submitted with the proposal, whichever is shorter. Extension of time for completion is unlikely, especially if such extension would cause loss of funds appropriated to pay for this project. 2. Project extensions will be granted if delays are experienced as the result of: a. Actions taken by the Cities, or their agents b. Changes ordered by the Cities c. Difficulties experienced in obtaining FCC, FAA or zoning approval of proposed facilities, assuming approval requests were filed in a timely manner, and diligently pursued. d. Road repairs, mishaps, strikes, Acts of War, Acts of God, riots, lockouts or inclement weather which would delay equipment or limit access to any site at which work will be required 3. Due to the critical time constraints, should the Contractor fail to complete the project within the specified completion schedule, the sum of $1,500.00 per calendar day will be deducted from the monies due the Contractor for purchase of the equipment/services. This sum shall not be considered as a penalty, but rather as reasonable liquidated damages, since it would be impracticable or extremely difficult to fix the actual damages. An extension of time may be allowed for delays beyond the control of the Contractor at the discretion of the Cities. 4. The Contractor shall submit requests for time extension(s) to the Cities, in writing. The request shall describe the type of delay, the cause and its apparent impact on contract

RCC CONSULTANTS, INC. 30

PAGE 238 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

delivery/completion schedules. The Contractor shall make such requests on the Friday of each week that potentially excusable delays occur.

Proposer Compliancy Proposers shall insert a complete Point by Point response that addresses each numbered point or paragraph listed in this section. The response shall address at a minimum, the following: 1. Read and Understood: Where appropriate, when there is a point or paragraph that does not specifically require that the Proposer indicate any level of compliancy and this point or paragraph is provided for informational purposes, the Proposer shall indicate that it has read and understood that point or paragraph. 2. Fully compliant with this point or paragraph: This shall indicate that the proposer fully understands the specification and is fully compliant with this requirement. 3. Partially compliant with this point or paragraph: This shall indicate that the Proposer does not fully meet the requirement or intent of the specification. The Proposer shall provide a complete description of why they do not meet the full requirement of the specification and then state their clarification or substitution for that particular point or paragraph. 4. Not Compliant (Exception): This shall indicate that the Proposer’s solution does not comply with this specification listed in this point or paragraph.

RCC CONSULTANTS, INC. 30

PAGE 239 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Section

9

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Installation and Documentation

Section 9—Installation and Documentation 9.1 9.1.1

General Requirements General Installation Requirements

1. All installation work performed shall be in accordance with laws and regulations of the U.S. Department of Labor, the State of Texas, and local government agencies. 2. The Contractor shall provide all the necessary personnel, tools, equipment, and transportation for the successful installation of all equipment provided. 3. At a minimum, the Contractor shall provide at least one Project Manager completely dedicated to the project in accordance with the options requested in Section 8. 4. The Project Manager shall oversee all aspects of system implementation, including site preparation, equipment programming, staging, installation, etc. Other individuals may assist the Project Manager in various functions such as reporting, accounting, testing, optimization, etc., but this individual shall have primary responsibility for the performance of the system. 5. The Project Manager shall focus solely upon the Radio Communication project from contract signing to acceptance of the system. 6. It shall be the responsibility of the Contractor to provide design, equipment, software, and services to successfully install the new 700 MHz radio system as described in the specification. Optimization, troubleshooting, and adjustment of each subsystem shall be the Contractor’s responsibility. Installation shall include the removal of existing mobile radio equipment and ancillary subsystems that will be replaced under this procurement. All equipment removed from service shall be kept together with any associated parts, cables, accessories, etc. Care shall be taken to prevent damage to any equipment parts, cables or accessories. The Contractor shall inventory these items as they are collected, and shall be returned to a storage facility designated by the appropriate City. 7. User equipment shall be individually boxed and sealed in suitable cardboard boxes, and labeled with the following information: a. User Department Name and Unit Number, if applicable b. Equipment Make, Model No., and Serial No. c. Associated Accessories and Options 8. To the extent possible, the existing radio communications systems shall remain fully operational during installation of the new system and until the Cities provide final acceptance. Because existing systems support current operations, interruptions in service due to Contractor or Contractor activities cannot be tolerated. If interruptions in service are deemed by the Contractor to be unavoidable, written notification detailing the nature and duration of such interruptions shall be provided to the appropriate City(ies) for review and approval no less than 30 days before the interruption is to occur. In the event that the Contractor or associated subcontractor causes a major outage resulting in loss of one or

RCC CONSULTANTS, INC. 30

PAGE 240 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

more repeater sites, or console system, the Contractor shall be assessed $5,000 for each site/console occurrence, and for each day that the outage continues. 9. Equipment shall be installed in a neat and workmanlike manner, in accordance with high standard professional practice, and by competent technicians or mechanics. Personnel designated by the Cities will provide inspection and approval of all installations. Such approval shall be limited in scope to the specific subsystem physical installation, and shall not be construed to imply full acceptance of the system or subsystem. 10. Subcontractors performing installation of any equipment or subsystems shall be identified in the Proposer's proposal. All installation subcontractors' experience and qualifications to perform the tasks associated with this procurement shall be outlined in the proposal. 11. Notwithstanding the details presented in these specifications, it is the responsibility of the Contractor to verify the correctness of the material lists and suitability of devices proposed to meet the intent of the specifications. 12. Any equipment or parts required to provide a complete and operational system, and not specifically mentioned herein, shall be provided by the Contractor without any claim for additional payment. 13. Mobile installations performed in vehicles that are equipped with air-bag protection devices shall be installed in a manner that will not in any way impede the ability of the air bag to protect the occupants during a collision.

9.2 9.2.1

Communication Sites Communications Sites - General

The Contractor shall be responsible for the installation of all of the necessary components associated with the communications system described in these specifications. The Contractor shall furnish all tools, test equipment, supplies, and services necessary to provide a fully operational and satisfactory communications system for the Cities. 9.2.2

Trunked Base/Repeater Systems

1. The installation of the radio frequency equipment will be provided by the Contractor at the designated location(s) within the equipment shelters at the base station sites. The Contractor shall supply and install all required equipment, accessories, punch-blocks, terminal strips and/or cables needed to interface to new and/or existing facilities. 2. All audio and control cable/wiring to and from the radio equipment be shielded. All cable/wiring interfaced to the Public Switched Telephone Network be shielded up to the demarcation point. 3. All external equipment inter-cabling, whether NETWORK, RF, AC, AUDIO or CONTROL cables and/or wiring, shall be labeled with pre-printed adhesive wire labels and be clearly visible. Markers shall be placed at each end, adjacent to the connector, plug or terminus. This data shall be recorded in the installation documentation. 4. All equipment cables or cable bundles within the shelter, to the greatest extent feasible, will be neatly tied by means of plastic tie wraps and secured by clamps to flat surfaces. All cables shall be installed in a symmetrical manner; drooping, stretched, or unsupported cables will not be acceptable. 5. All cable/wiring bundles exiting the equipment must do so through the top of the cabinets or racks. Rubber grommets or other suitable protection shall be used at cabinet knockouts to

RCC CONSULTANTS, INC. 30

PAGE 241 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

protect the cable/wiring. Splicing of NETWORK, AC, AUDIO or CONTROL cable/wiring will not be permitted. 9.2.3

Antennas & Transmission Lines

1. For each cable provided, the coaxial antenna transmission line shall be cut to length. The radio equipment end of this line shall terminate at a point where the lengths of jumper cables are kept as short as possible. 2. The ends of rigid transmission line shall not connect directly to the antenna, to any RF equipment interference protection, or multiplexing devices. 3. Transmission line runs inside equipment shelters or buildings shall be supported and marked, every 3 feet, with cable trays or stainless steel cable hangers. Multiple cable runs shall not be bundled together, but rather, shall be strung and supported adjacent to each other. 4. All coaxial RF jumper cables shall be high quality, low loss, and with low interference generating type connectors. The size of the cables shall be selected by the Proposer and shall be consistent for all radio sites and applications. The cables shall be cut to length. 5. Jumper cables shall be used to interconnect all interference protection or multiplexing devices with the coaxial antenna transmission line and radio frequency equipment. 6. A jumper cable shall be used to interconnect the antenna(s) to the top end of the coaxial antenna transmission line. Jumper cables used to reach a side arm mounted antenna shall be shaped to form a drip loop. Jumper cable interconnections shall be weather proofed by installation of 3M cold shrink weather proofing kits or equivalent. The use of vinyl tape is not acceptable for this purpose. 7. All antenna jumper cables shall be cut to length and shall use type 'N male' connectors except as dictated by the connector supplied with the antenna. 8. To meet cable bending specifications for strain relief purposes, equipment cabinet intracabling will be permitted by the use of ¼" diameter coaxial cable, such as Andrew Superflex, or RG-142 double shielded coaxial cable. These cables shall be limited to: a. 10 feet in length b. Interconnection between the equipment RF port(s) and the cabinet feed-throughs or the first interference protection or multiplexing devices. 9. All coaxial cables exiting the equipment cabinets (if used) shall do so through cabinet feedthroughs. The feed-throughs shall be Celwave model PD-395 or approved equal.

9.3 9.3.1

Dispatch Consoles General

1. The installation of the new consoles and associated equipment shall be provided by the Contractor at the designated locations specified in Section 6, Dispatch Centers. 2. The Contractor shall supply and install all required termination blocks, terminal strips, and/or cables needed to interface the new console electronics to existing facilities such as radio equipment, telephone equipment, logging recorder equipment, auxiliary function, and control circuits.

RCC CONSULTANTS, INC. 30

PAGE 242 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

3. All new console inter-cabling, including those that are to terminate at existing punch blocks, shall be labeled with pre-printed adhesive wire markers. The markers shall be placed at each cable end, adjacent to the connector or plug. All cables and/or cable bundles will be hidden from view and will be neatly secured by means of plastic tie wraps. 4. All inter-cabling to the operator positions shall be provided with sufficient slack to permit movement of at least 5 feet in any direction. As stated previously, all cabling within console furnishings shall adhere to the cable management systems within the console furniture. Lengths of cable shall be provided to accommodate raisings and lowering of console furniture work surfaces. Headset jacks, and any other radio system peripherals shall conform to the console furniture system. 9.3.2

Physical Interface Requirements

1. The Contractor shall be responsible for the links between the console operator positions and the radio network. 2. The physical interface is expected to include, at a minimum, the following: a. Wire and/or network connections to the appropriate console termination points b. Wire and/or network connections to the appropriate audio distribution networks and network components c. Proper termination of all used and unused I/O ports on audio distribution networks 9.3.3

Functional Interface Requirements

1. The Contractor shall be responsible for the functional interface(s) between the radio system and the communications consoles. 2. The functional interface is expected to include, at a minimum, the following: a. Adjustments of input signal level(s) to consoles b. Adjustments of output signal level(s) to consoles c. Adjustments of output signal level(s) from any required base station interfaces d. Adjustments of input signal level(s) to audio distribution networks from corresponding base station interfaces e. Verification of necessary base station control format(s) f.

Adjustments of the level and duration of the output signal(s) from the corresponding base station interface

9.4

Mobile Radio Installation

9.4.1

Mobile Installation - General

1. It is a requirement that the Contractor be capable of performing all mobile radio installations at a location provided by the Contractor, which has an indoor secured facility, or at a location(s) provided by the Cities. Pricing shall include all appropriate costs. The facility

RCC CONSULTANTS, INC. 30

PAGE 243 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

provided by the Contractor shall be located within the appropriate City, if feasible, and shall be subject to City approval. 2. Mobile unit installations shall be coordinated with the implementation of the system infrastructure including the console systems. Training for the console operators and mobile radio operation training for each department shall also be performed within 2 days prior to the consoles and trunked mobile radio units being installed. 3. The Contractor shall remove the existing radio unit (unless instructed not to) when installing the new trunked mobile radio. When removed, the existing radio, its control head, antenna, and wiring harness shall be placed in an individual storage box with a label indicating the City department, unit number it was removed from, make and model of radio, frequency band, and date removed. 4. At a mutually agreed time of installation, the Contractor will be given information as to the physical vehicle placement of the mobile units for each department and radio user. This work may include relocation of existing equipment. The Cities have several types of vehicles in service that will require installation of new radio equipment. Proposers are urged to inspect the different vehicles to determine the exact installation requirements prior to responding to these specifications. If the Cities do not provide access to the vehicle at the scheduled time and additional charges are incurred, Proposers are to provide, as part of the RFP response, the cost for such rescheduling of the mobile installation. 5. All coaxial cable connectors shall be soldered to its cable or to its interface circuitry. Crimpstyle connectors for this application are not acceptable. Low loss Teflon or approved equivalent antenna cable is required. 6. All wiring shall be appropriately dressed and connectorized in accordance with good engineering practices. Each main power lead shall be attached to its own in-line fuse, rated for the maximum current drain of the associated circuit and connected as close as practical to the existing power source or to the battery using approved methods and hardware. Obtaining power by connecting to existing radio equipment or any other device is unacceptable. 7. All cabling that is exposed shall be dressed with a flexible tubing and secured to the vehicle by attachment to any stationary support element using solid copper wire or fasteners. Plastic tie wraps should be used within at least 2’ of the end connection points in areas not directly exposed to the weather. 8. The cable length shall allow minor repositioning of the equipment to allow for changing operating conditions. A representative from each applicable department shall inspect the first installation of equipment for each vehicle type. A department representative will inspect each vehicular installation. Each vehicular installation shall successfully complete an operational performance test and shall be approved via signature of the applicable City department inspector. 9. The Cities will make random inspections throughout the mobile installation process. The City of Garland has set a standard for mobile installations that include specific installation materials such as butt splices, spade and ring lugs, and connections that are protected with split loom and heat shrink tubing. The specific tools and hardware are detailed in Section 7 of this RFP. 10. The mobile assembly shall be positioned on a mounting assembly, including the mounting plates, base plates, brackets, etc., designed for mobile communication applications. The

RCC CONSULTANTS, INC. 30

PAGE 244 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

finished assembly shall be secured and remain in a fixed and motionless position under all operating conditions.

9.5 9.5.1

As-Built Installation Documentation As-Built Documentation Requirements

1. Thorough “as built” documentation shall be provided by the Contractor and delivered to the appropriate City Project Manager. Six (6) copies of the documentation shall be provided in 3-ring binders and six (6) copies on CD media in the original software format, including AutoCAD, Excel, and Word for drawings, spreadsheets, and text. 2. At a minimum, the following “as built” documentation shall be included in each set: a. A general system description that includes the overall system layouts, architecture, and its operating and failure modes b. System block diagrams c. Site layouts and floor plans of each equipment site and dispatch facility, to scale d. Rack face drawings, to scale e. Drawings showing cable tray location details, to scale f.

Microwave system map identifying each site, antenna make, model, orientation, and frequency of operation

g. Radio propagation coverage maps h. Coverage Acceptance Test documentation i.

All external equipment inter-cabling lists, whether NETWORK, RF, AC, AUDIO or CONTROL cables and/or wiring, consistent with the field cable labels

j.

Interconnection drawings that show all connections between sub-assemblies, such as terminal boards, panel assemblies or other equipment, and which external connections are made, shall be provided

k. Numbering and labeling lists of all cabling associated with remote control units l.

Numbering and labeling lists of all connections to termination blocks associated with the control consoles

m. Numbering and labeling lists of all interconnecting cabling between repeaters, the central control, any remote site controllers or processors, alarm circuits, leased telephone company circuits, and the microwave system n. A log of level settings for all control circuits o. A record of telephone circuits by circuit number and telephone number for service on these circuits p. A microwave channelization plan q. Documentation and labeling lists of transmission line routing and antenna mounting at all fixed sites, with detailed drawings showing all mounting hardware and accessories

RCC CONSULTANTS, INC. 30

PAGE 245 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

r.

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Complete set of maintenance and operations manuals shall be provided for the system as a whole and for each category of equipment purchased in association with this project. In addition, a complete set of maintenance and operations manuals shall be placed in a secure location at each of the radio system sites

s. Manuals for OEM hardware for each component of the system t.

Any unique wiring configurations or circuit modifications that are not part of the standard equipment documentation provided shall be included in the ring binder. All information as described in the previous paragraph shall be included, in addition to the theory and method of operation

u. A complete inventory of all provided equipment and software including model numbers, serial numbers, version numbers in printed form and in the latest version of Microsoft Access v. Final fleetmap configuration, with all group I.D.’s and aliases w. A complete roster of unit I.D.’s and aliases x. Documentation of final programming configuration for all software programmable equipment y. A soft copy and printed copy of all equipment programming templates used in the system z. Copies of the Hardware Acceptance Test Plan, with all recorded measurements

Proposer Compliancy Proposers shall insert a complete Point by Point response that addresses each numbered point or paragraph listed in this section. The response shall address at a minimum, the following: 1. Read and Understood: Where appropriate, when there is a point or paragraph that does not specifically require that the Proposer indicate any level of compliancy and this point or paragraph is provided for informational purposes, the Proposer shall indicate that it has read and understood that point or paragraph. 2. Fully compliant with this point or paragraph: This shall indicate that the proposer fully understands the specification and is fully compliant with this requirement. 3. Partially compliant with this point or paragraph: This shall indicate that the Proposer does not fully meet the requirement or intent of the specification. The Proposer shall provide a complete description of why they do not meet the full requirement of the specification and then state their clarification or substitution for that particular point or paragraph. 4. Not Compliant (Exception): This shall indicate that the Proposer’s solution does not comply with this specification listed in this point or paragraph.

RCC CONSULTANTS, INC. 30

PAGE 246 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Section

10

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Acceptance Testing Section 10—Acceptance Testing

10.1 Acceptance Testing 10.1.1

Acceptance Testing - General

1. Proper operation of the new trunked radio system is essential, both initially and in the long term. To help assure that the system is ready for agency use, the Cities and the selected Contractor will jointly undertake a structured System Acceptance Testing Program (ATP) process to verify proper installation, optimization, and performance of the system and its components. Radio coverage performance is an important part of the ATP process. Detailed information about the coverage testing process has been included in Radio Signal Coverage Requirements section of this RFP. 2. As part of the Acceptance Testing Plan, the Cities are requiring both factory acceptance testing and post-delivery on-site field testing in the Cities to verify operational compliance. 10.1.2

Factory Acceptance Testing

1. Due to the size and complexity of the P25 system, the Cities are requiring that the system be “staged” at a facility where system issues & problems that may arise during system development can be identified and corrected prior to shipment of the system infrastructure to the Cities. 2. The Contractor shall provide for a staging area to facilitate system assembly and testing. The staging area shall be in a secured facility specifically designed for the staging of largescale Public Safety radio communication systems and equipment in a climate and RF controlled environment. Outdoor installation bays are not an acceptable location for system staging. 3. Representatives from the Cities will attend and participate in the staging event. The Contractor will assemble and stage the system. Once the system is ready for customer inspection and testing, the Contractor will notify the City project managers that the system is ready for review. The City project managers and the Contractor will arrange a mutually agreeable time for the testing event. All reasonable effort should be made to avoid the scheduling of staging during or around holidays, particularly Thanksgiving and Christmas. Under no circumstances do the Cities want to be rushed into and through system staging in the last few days of the year. Proposers shall include costs for travel to the factory, including flights, local transfers, two (2) hotel nights each, and meals for ten (10) City Team members in their proposal. 4. The system staging and testing process shall simulate as closely as possible the final configuration of the system. The system layout within the staging area shall, to the greatest extent possible, be laid out geographically as it will be in the field. For example, northern sites near Sachse shall be in the rear of the staging area (when viewed from the “south”). This will permit the City Team members to become familiar with the system layout and facilitate testing the appropriate system features while on-site.

RCC CONSULTANTS, INC. 30

PAGE 247 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

5. Once the Team from the Cities has arrived at the staging facility, the first on-site activity of staging will be for the Contractor to provide a presentation describing the staging event and schedule. The presentation will identify what equipment has been staged, and how the system viewing and testing process will be conducted while City Team is at the facility. 6. The following items and system components shall be part of the staging area test: a. Physical review of the system in the staging area to familiarize the CityTeam with the equipment on-hand. b. Overview of the theory of system operation, particularly the redundant operational capabilities designed to keep the system operational when system failures occur. c. Primary and backup Master Network Controllers d. All trunking controllers e. All repeater sites f.

All simulcast equipment

g. All voting comparators h. All dispatch consoles i.

Proper operation of simulcast equipment and simulcast redundancy issues

j.

Microwave system interface equipment

k. System management terminals l.

System alarm and monitoring equipment

m. Representative user radio equipment 7. At the conclusion of factory testing, three (3) certified paper copies and three (3) electronic copies of the factory tests reports shall be submitted to the City Team for approval before the equipment is released for shipment to the Cities. The Cities reserve the right to approve or disapprove shipment of the system infrastructure after system staging based on staging test results. 8. Upon approval from the Cities to begin shipping the system infrastructure, the Contractor shall provide appropriate shipping transportation via a method specifically designed for the safe transportation and delivery of such equipment. 9. The Proposer shall provide a reasonably detailed plan for system staging in their proposal, outlining the various systems tests that will be undertaken at the staging event.

10.2 10.2.1

Field Acceptance Testing and Proof of Performance Field Testing - General

1. Following final installation and optimization of all subsystem components at the end location, the installation, performance and operational tests shall be performed by the Contractor and witnessed by the Cities to verify proper operation of all subsystems, features, and capabilities of the system. Physical inspections of all sites will be conducted to observe the quality and correctness of equipment and facility installations. Following physical inspections, the Contractor and the City Team will perform and successfully complete acceptance testing prior to final system acceptance. The Field Acceptance Testing should RCC CONSULTANTS, INC. 30

PAGE 248 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

essentially repeat the Factory Test, except that it will be performed in a field environment, so some test items that had to be simulated in the factory environment will be fully tested in situ. Successful passage of the acceptance test plan will be a payment milestone, as noted in the Implementation & Payments section of this RFP. 2. The Contractor shall provide all test equipment required for the ATP, and all such test equipment must be in current calibration with appropriate calibration records. 3. The Proposer shall provide a detailed Coverage Acceptance Test Plan (CATP) with their proposal. This CATP shall adhere to the requirements of the Radio Signal Coverage section of this RFP. The successful Proposer shall provide an outline of the proposed Functional Acceptance Test Plan (FATP). Detailed test scripts are not required for the proposal, but will be required prior to contract execution. 4. The CATP and FATP shall include the procedures to be followed, the equipment to be used, and the pass/fail criteria to be utilized to verify system performance. Upon notification of selection for contract negotiation, a final acceptance test plan shall be submitted for review and approval prior to execution of a contract. 10.2.2

Functional Acceptance Tests

1. The Functional Acceptance Tests will, at a minimum, include the following test procedures: a. Verification that all equipment has been delivered and properly installed in an appropriate manner in accordance with this RFP and the system contract. b. Demonstration that all equipment meets specifications. c. Verification that all functions and features are performed according to specifications and contract. d. Verification that system redundancy capabilities function properly e. Successful completion of dispatch console operation f.

Successful completion of a 60-day burn-in test

10.3 System Reliability Features & Functionality 10.3.1

System Reliability Features Overview

1. The Proposer shall devise a plan for testing the system’s redundancy and fallback modes of operation. The Proposer is encouraged to be thorough with this plan. It is desirable to duplicate actual conditions as close as possible to the actual postulated event. For example, losing power should be performed by unplugging/opening the equipment circuit breaker, not by turning off the equipment power switch or performing a shutdown sequence. Examples of tests to be performed are: a. Commercial power failure at primary Master site, proper operation of auxiliary power systems b. Commercial power failure at repeater sites, proper operation of the auxiliary power systems, and the system as a whole c. Automatic switching to backup equipment, and return to the normal configuration d. Response time for transition to backup system, and return to the normal configuration

RCC CONSULTANTS, INC. 30

PAGE 249 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

e. Trunked signaling channel failure, and proper response f. Repeater failures and appropriate alarm reporting functions g. Trunked site failure, and proper alarm reporting & system response h. Primary and backup Master Network Controller failure and proper system response i. LAN/WAN equipment failures j. Frequency Standard failure k. Remote site controller failure l. Field radio behavior under system failure modes m. Loss of connectivity 2. Proposers should not limit their plan to this list, but rather use the failure scenarios listed in Section 2 as a guideline to devise their own comprehensive plan. 10.3.2

Radio System Features and Functionality

Each of the following items should be included in the functional acceptance test plan at a minimum. 1. Trunked radio system functions: a. Automatic unit identification b. System access time: encrypted and non-encrypted calls c. Emergency alarm function, with and without all voice channels busy d. Talkgroup selection & operation (mobile, portable and control station) e. Regrouping from control terminal f.

Call queuing capability

g. Emergency access to voice channel, all channels busy h. Operation of equipment alarm functions i.

Operation of talk-group database

j.

Over-The-Air-Rekeying (OTAR)

k. Interface as appropriate to other radio systems for interoperability purposes l.

Encryption operations

2. Base Repeater Site Functions a. Transmit frequency and deviation b. Output and reflected power c. Receiver sensitivity d. Receiver multicoupler gain e. Receiver preamplifier gain f.

Time domain reflectometry of transmission lines

g. Frequency domain reflectometry of transmission lines h. Transmitter combiner loss

RCC CONSULTANTS, INC. 30

PAGE 250 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

i.

System and site alarm functions

j.

System optimization

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

k. Proper setting of audio levels and phase delays l.

Receiver audio output levels

m. Voting system function and level adjustment n. Proper operation of frequency standard o. Proper operation of redundant frequency standard 3. Communications Console Functions a. Proper installation and operation of the console system b. Proper operation of all talkgroup and conventional channel on-screen controls and functions c. Proper operation of all signaling and encoding functions d. Proper display of Unit ID and alias database functionality e. Adjustment of all audio line levels for best audio quality f.

Proper operation of volume and mute controls

g. Proper operation of headset interfaces and volume controls. h. Proper operation of cross patch functions i.

Proper operation of instant call recorder/playback unit.

j.

Proper operation of relay controlled external devices.

k. Proper operation of clocks, meters or other displays contained in console. l.

Operation of self-diagnostic and testing features contained in the console electronics through simulation of failures.

m. Proper operation of operator positions, displays, keyboard, mouse, and touch screens. n. Proper operation of automatic number identification and emergency identification functions. o. Proper operation of console operator position displays units p. Proper operation of AUX I/Os q. Proper operation of logging recorders 4. Mobile and Portable Radio Functions a. Proper programming (personality) and fleet mapping in the radio b. Proper operation of talk-group selector switches c. Proper operation of automatic unit identification and emergency button d. Transmit frequencies e. Transmitter output and reflected power f.

Receiver sensitivity

g. All proposed radio functions RCC CONSULTANTS, INC. 30

PAGE 251 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

h. Proper operation of battery life display on the radio i.

Proper operation of battery and charger

j.

Operation of accessory functions

k. Proper operation of conventional base station selector (if used). l.

Proper Receive Signal Strength Indication

m. Proper site identification display n. Proper battery and charger performance 5. The Contractor will document mobile and portable functionality testing. Radios of every tier and configuration quoted in the proposal will be evaluated in conjunction with the testing, and by picking a random radio from a group of similarly prepared radios. 6. Control Station – Remote Control Subsystem Functions a. Measurement of forward and reflected power b. Transmit frequency and deviation c. Receiver sensitivity d. Time domain reflectometry of transmission line e. Proper fleet and talkgroup operation f.

Operation of remote control functions (if used)

g. Proper installation, orientation, and grounding of directional antenna h. Proper operation of backup power systems where applicable i.

Call alert or equivalent

j.

Talk-group scan

k. Emergency alert l.

Encrypted operation

m. ID display 7. System Management System a. System configuration b. Subscriber access management c. Manager partitioning d. Diagnostic management e. Dynamic radio commands f. Selective inhibit/uninhibit g. Activity reporting h. User database maintenance i. Activity monitor j. Automatic backup controller database updating k. Alarm system 8. Master Audio Switch/Network Controller

RCC CONSULTANTS, INC. 30

PAGE 252 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

a. Alarm Monitoring and Diagnostic Functionality b. Disablement of Failed Voice Channels upon: 1) Low forward power 2) High reflected power 3) Unidentified carrier on unassigned voice channel 4) Signaling interface failure between base and controller 5) Audio circuit failure between controller and base 6) Voter receiver failed 7) Voter receiver disabled 9. System Usage Reports a. System configuration b. Configuration information for all components in the system c. Functional configuration of controllers, channels and sites 10. Subscriber Management a. Manager database (list of system managers) b. Logged on managers c. Regrouped radios d. Inhibited radios e. “Storm” plans f.

Commands (tasks)-in-Progress (regroups, inhibits)

g. Subscriber configuration and attributes (by individual, talkgroup and multigroup) 11. Channel Usage a. Identification of calling units by talkgroup and unit identification number b. Time of channel access c. Duration of transmission d. Classification of call e. Channel assigned f.

Site or Sub-system involved in a call

12. Fault Management a. Current alarms b. Alarm history (daily, weekly, monthly) c. Alarm history (by component) d. Technician notes 13. Channel Access Priority Levels 14. Dynamic Talkgroup Reconfiguration

RCC CONSULTANTS, INC. 30

PAGE 253 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

15. Selective Disablement of Field Units 16. Control of Time-Out Parameters a. Channel Hang Time (message trunking) b. Interfering Carrier Time (length of time channel remains enabled with an interfering carrier) c. Remote Link Failure Time (length of time site remains enabled without a remote site data link) d. Channel Fade Time (length of time channels remains assigned without a carrier or low speed data present) e. Emergency Call Time (length of channel hang time when an emergency call is initiated) 17. Channel Partitioning 18. Equipment Delivery and Installation a. Inventory b. Appearance c. Cabling neatness d. Labeling e. Completeness, accuracy, and readability of documentation and drawings f.

Removal of old equipment

19. Coverage Verification Tests a. Coverage verification testing, as specified in the Radio Coverage Requirements Section of this RFP 10.3.3

Site Grounding and Bonding Verification

1. Due to the critical need for a high quality grounding system, special attention will be paid to the proposed grounding system designs, installation, and performance. The ATP will include thorough inspections of the grounding and bonding systems installed as part of this project. Proper materials and installation practices shall be utilized in accordance with the requirements provided in the Communication Sites section. 2. All site grounding facilities that are to be installed below ground and buried shall be inspected and approved by the appropriate City Inspector after installation, but prior to burial. Grounding facilities that are installed and buried without City inspection shall not be approved. 3. As part of the proposed Acceptance Testing Plan, the Contractor shall provide a grounding and bonding test plan in accordance with grounding requirements provided in the Communications Sites section. 10.3.4

ATP Documentation & Records

1. Within 30 days of successful completion of the Acceptance Testing Plan, the Contractor shall provide the City Team with a complete set of test documentation, including the testing procedures utilized, testing dates, testing locations, project participants, weather conditions, a description of testing irregularities or problems encountered, and testing results. Any punch listed items that have not been resolved within the 30 day window shall be listed along with the proposed resolution and timeframe for completion. RCC CONSULTANTS, INC. 30

PAGE 254 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

2. The documentation shall include a complete inventory database of all equipment sold to the City for this project. The data base shall be in a Microsoft Access or Excel format, and shall be segmented into equipment types and location. For infrastructure equipment, the information must include an item description, the manufacturer, model, serial number, and latest software load and version. Equipment passwords for access to secured equipment shall also be provided to the City project managers. 3. For user radio equipment, radios shall be identified by City department and include a description, manufacturer, model, serial number, latest software load and version and flash code. 4. Six (6) complete printed sets of ATP documentation shall be provided in 3-ring binders along with six (6) complete sets in electronic format (Adobe PDF) on DVD media to the City Test Team.

Proposer Compliancy Proposers shall insert a complete Point by Point response that addresses each numbered point or paragraph listed in this section. The response shall address at a minimum, the following: 1. Read and Understood: Where appropriate, when there is a point or paragraph that does not specifically require that the Proposer indicate any level of compliancy and this point or paragraph is provided for informational purposes, the Proposer shall indicate that it has read and understood that point or paragraph. 2. Fully compliant with this point or paragraph: This shall indicate that the proposer fully understands the specification and is fully compliant with this requirement. 3. Partially compliant with this point or paragraph: This shall indicate that the Proposer does not fully meet the requirement or intent of the specification. The Proposer shall provide a complete description of why they do not meet the full requirement of the specification and then state their clarification or substitution for that particular point or paragraph. 4. Not Compliant (Exception): This shall indicate that the Proposer’s solution does not comply with this specification listed in this point or paragraph.

RCC CONSULTANTS, INC. 30

PAGE 255 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Section

11

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Warranty & System Maintenance

Section 11—Warranty & System Maintenance 11.1 Warranty 11.1.1

Warranty and Maintenance - General

1. The Cities are requiring a “System Warranty” for the shared P25 trunked radio system. The Infrastructure (System) Warranty shall encompass all equipment, facilities, software, firmware and services provided for at least two (2) years beginning after final system acceptance. The Contractor shall warrant that all equipment, facilities, software, firmware and services provided shall conform to the proposed specifications as described in this RFP and meet all warranties as stated in the applicable Uniform Commercial Code and be free from all defects in material, software, workmanship, and title.

2. For user radio equipment consisting of mobile radios, portable radios, and RF control stations, the individual municipalities may wish to procure an extended warranty. This requirement is noted in Section 13 – Pricing Section for the specific items.

3. The Contractor shall warrant that all equipment and installation conforms to the specifications provided within this RFP, or the manufacturer's published specifications, whichever is most stringent. Systems shall be free from defects in materials, functionality, and workmanship for a period of at least two (2) years (except where stated that a longer warranty period is required or provided) from the date of final system acceptance. Interim periods between the manufacturer's standard warranty and the date of acceptance will be the Contractor's responsibility. Proposers shall clearly state if warranty period exceeds one (1) year and provide the warranty period detail and the conditions of the warranty.

4. Contractor shall warrant and guarantee further that the equipment furnished hereunder is of good workmanship and materials and that the same is properly designed, operable and equipped for the proposed use by the Cities, and is in strict conformity with the detailed Request for Proposal except as agreed upon within the contract documents.

5. All test equipment used in the provision or delivery of warranty and maintenance services provided to the Cities, shall, at all times, be functioning properly and have current equipment calibration certificates. Technicians using the equipment shall be properly trained to utilize the equipment. Technicians that are dispatched or assigned to service the facilities of the Cities shall be familiar with the equipment, sub-systems and systems and their unique configuration.

6. Contractor shall provide a copy of provisions and terms of the proposed warranty in compliance with applicable state and local codes. A description of available warranty options shall be included in the proposal. The Prime Contractor shall be the single point of contact for all warranty claims.

7. Warranty repairs on all furnished equipment and systems shall be made at no cost to the Cities for parts or labor for a period of at least two (2) years from the date of final system RCC CONSULTANTS, INC. 30

PAGE 256 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

acceptance (except where stated that a longer warranty period is required or provided). The Contractor shall be responsible for any shipping costs incurred to send components or equipment to manufacturers for repair or replacement. The Cities reserve the right to closely monitor and observe warranty repair service.

8. During the warranty period, the Contractor shall maintain adequate staff and spare parts inventory, both located within the immediate Garland/Mesquite area to assure prompt warranty service. Response times during the warranty period are detailed below.

9. The Contractor shall certify that its proposed service facilities shall, within the time required herein be able to diagnose any system failure, that repair will be completed at the earliest possible opportunity upon receipt of necessary parts, and any system critical part or subsystem part that is not locally stocked as a spare part will be available on an express basis within no more than twenty-four hours after a failure becomes known to Contractor.

10. Any Contractor or Subcontractor costs for first-year warranty of any system hardware or software component covered under the above warranty requirements shall be included within the basic system cost. The Cities shall pay no warranty or maintenance costs to any Contractor or Subcontractor during the warranty period. 11.1.2

Service Under Warranty

1. If it becomes necessary for the Cities to contract with another Subcontractor for warranty repairs, due to the inability or failure of the Contractor to perform such repairs, the Contractor shall promptly reimburse the individual municipality for all invoices for labor, materials required and the shipping/handling costs thereof, to perform such repairs, within 30 days from presentation of such invoices. This shall only occur after the Contractor has been given written notice, reasonable time, and fair opportunity to respond and correct the problem. The cost limitation for such repairs will not exceed the parts and labor replacement costs of the repair. All warranty services shall be coordinated with the selected City designee.

11.2

Maintenance and Technical Support

11.2.1 System Maintenance, Repair, and Service Facilities 1. The Contractor shall be responsible for preventative and remedial maintenance of the communication system for a period of two (2) years following final system acceptance by the Cities. Maintenance shall include parts, labor and travel to communications sites or the facilities and or sites to repair infrastructure equipment. As much as practical, i.e., in a manner that does not delay restoring the system from an outage, the appropriate City technical personnel will be invited to accompany Contractor personnel when performing infrastructure maintenance and repairs as an aid to increasing their knowledge level beyond the training described in Section 12. Mobiles and portable radio units will be delivered via means selected by the individual municipality to the local service facility, which shall be identified in the Proposal. The maintenance shall be scheduled with the appropriate City designee(s). A complete report documenting the scope of work and preventative maintenance conducted shall be supplied to the City designee(s).

RCC CONSULTANTS, INC. 30

PAGE 257 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

2. The Contractor shall detail in its System Proposal the name, location and capabilities of the service facility(s), which will provide any or all of the installation, service and maintenance, both initially and on a continuing basis. 3. Proposers shall include a thorough description of the proposed service facilities, the size and location of the facilities, the size and qualifications of its staff, the number of years in business and a list of at least five (5) customers (with names and telephone numbers) who operate systems of similar size and complexity for whom installation and maintenance services are performed. 4. The Contractor shall specifically identify what experience the facility and its staff have in working on the specific type of system that is proposed to the Cities, that is, a 700 MHz P25, Phase 2 trunked simulcast public safety system and the associated sub-systems identified in this RFP. This information is required to demonstrate to the Cities that the proposed local service facilities are capable of installing, optimizing, and maintaining the proposed system. 5. Contractor shall describe the ongoing level of factory engineering and service support that will be available to the local service facility during the installation and maintenance of the system. 6. The factory organization that provides such support shall be thoroughly described in the proposal. Contractor shall also detail the response times of factory support, should it be required by the local service facility. The factory support referenced here will be provided directly to the local service facility for assistance in fulfilling the terms of the installation and (optional) maintenance agreements; costs for factory support shall be included in the cost proposal. 7. If a maintenance contract is desired after the initial warranty period, the payments for the maintenance contract will be made by the individual municipality on a yearly basis. Therefore, proposers shall breakdown on-going maintenance service for each City involved in this procurement. 8. The Contractor shall provide a discount level (off list price) and terms at which the Cities can purchase service and maintenance parts. 11.2.2 System Availability

1. The importance of a well-defined warranty/maintenance program for this system cannot be overstated. Successful system operation depends on consistent, comprehensive routine maintenance backed up by expedient remedial action in response to infrastructure equipment failures. The Proposal shall define a maintenance program that assures, to the extent possible, the highest possible system availability and operation during the warranty period.

2. The Cities expect that the utmost care and attention will be given to maximizing the system network availability, despite the failure of individual components. In addition to thoroughly describing the proposed system design’s incorporated redundancy and fallback scenarios, the Proposal shall include an initial recommended maintenance schedule to minimize the likelihood that the proposed system will revert to any of the fallback modes. No single point of failure in the system infrastructure shall be allowed to completely isolate any site from the network or a user from voice communications with the communication dispatch centers. 11.2.3 Major and Minor Failure Definitions 1. A Major Failure is defined by the following:

RCC CONSULTANTS, INC. 30

PAGE 258 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

a. Loss of Master Site – (the Master Site is not functional) b. Master Site LAN/WAN equipment failure c. Loss of a simulcast prime trunked site or failure of switchover to a back-up prime simulcast site d. Failure resulting in any simulcast sub-system reverting to “Site-Trunking”, i.e., the simulcast system is no longer interconnected to the Master Site and/or dispatch console systems. e. Loss of two (2) or more System Manager/Alarm Terminals f.

Loss of two (2) or more dispatch console operator positions at any of the individual communication console system locations.

g. Loss of “trunked full-featured” dispatch capability at any of the individual communication console system locations (revert to back-up RF control stations use by dispatch) h. Total failure of logging recorder and/or logging recorder interface at any one of the trunked communications console system locations i.

Loss of one or more simulcast sites

j.

Trunked repeater site antenna system failure adversely affecting multiple channels

k. Any component or module failure which results in loss of 20% or more of trunked channel resources 2.

A Minor Failure is defined by the following: a. Loss of single trunked repeater station at any one site b. Loss of one (1) System Manager/Alarm Terminal c. Loss of one (1) Dispatch console operator position at any of the individual communication console system locations d. Any component or module failure which results in loss of the availability of a single trunked channel resource

11.2.4 Service Response – Warranty Period 1. Service response on the system shall be provided as follows: a. Trunked system infrastructure including, but not limited to master network controller(s), site controllers and remote site controllers, trunked repeaters, antenna systems, control stations and communications center equipment, voting receiver equipment, emergency back-up power systems, and simulcast alarm/control and optimization equipment, shall be provided service twenty-four (24) hours per day, seven (7) days a week. Response to a major system failure, as defined above, shall be made within one (1) hour of notifying the Contractor’s Radio Shop or other source of failure indication via network monitoring by the Contractor. Response to minor system failures, as defined above, shall be made within eight (8) hours. Response is defined as having a factory certified technician onsite at the location where the failure occurred. b. A sufficient local supply of spare parts shall be maintained to allow rapid restoration of the system infrastructure. High volume spare parts shall be stocked at levels to prevent running out of these parts. In the event these parts are consumed, they will be replaced

RCC CONSULTANTS, INC. 30

PAGE 259 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

promptly. Replacement stock shall also be available via emergency request with expedited delivery within twenty-four (24) hours of the equipment failure. c. Mobile and portable equipment shall be serviced in the Contractor's service facility or factory depot during normal working hours, Monday through Friday. Repairs shall be completed within three (3) business days. The Contractor’s Radio Shop will address warranty service repair of the radio units of all City network users and will be the coordinating point for shipping and receiving all radio units processed for depot services. d. Proposers shall certify that infrastructure replacement parts shall be available for a minimum period of ten (10) years following the date of product discontinuance by the Contractor. Mobile, portable, and control station radio parts and accessories shall be available for at least seven (7) years after the date of product discontinuance. The location of the parts depot that stocks parts for the system shall be specified in the proposal. e. Should replacement parts be unavailable as outlined above, such that the radio system components cannot be repaired, the Contractor shall replace that item with a current year, equivalent model of the same item, with the same features and capabilities. If the current year item is not compatible with a portion of the system, that portion of the system or subsystem will be replaced. These replacements shall be made at no charge to the Cities. f.

If equipment is proposed which contains devices which cannot be field diagnosed and repaired, or which require special instrumentation or devices to repair, the Proposer shall specify how such assemblies will be repaired at a central facility. The guaranteed turnaround time for return of an exchange or repaired circuit card or other assembly shall be three (3) days or less. Equipment will be packed, shipped, received, and checked by the Contractor. The Contractor shall pay all shipping costs. If the equipment has the potential to create a major failure, the Contractor will have adequate stock in market to maintain and support the proposed system to alleviate this possibility.

g. Contractor shall recommend a list of essential infrastructure spare parts, and recommended quantity for each part, to be maintained by the City Radio Shop after the warranty period to assure rapid restoration of systems operations in the event of equipment and/or component failure. In addition to parts, Proposals shall include a list of recommended test equipment required to maintain the proposed system. Automated test equipment is preferred for mobile/portable equipment. A detailed itemized price list shall be provided for both the recommended parts inventory and test equipment. h. Stocking of spare parts shall remain the responsibility of the local maintenance provider, during the warranty period, who shall work with the City Radio Shop in placing the necessary Field Replaceable Units (FRUs) at the various trunked radio sites and other communication sites such as at the Master Sites and at the dispatch sites. i.

Maintenance shall include keeping all system and equipment software current and up to date. At the end of the first year of warranty/ maintenance service, all software shall be of the latest version, release, and service release that applies to the equipment provided, and a comprehensive list provided to the Cities. It is imperative that all network components have the latest revision of code and that “interoperability” and network integrity is maintained. Any code in any network components that causes a failure must be corrected by the contractor. This includes replacement of hardware or other components as required to assure the network is operating as required in the proposal. A software compatibility matrix must be maintained during the warranty period. The

RCC CONSULTANTS, INC. 30

PAGE 260 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

matrix will be provided to the Cities for all Contractor provided infrastructure and user equipment, including third party equipment that may be installed by the Contractor at the end of the warranty period. j.

Twelve (12) complete sets of programming software, cables, and required interface devices shall be provided for each model of software programmable equipment included in the system. Proposers shall provide a complete list, including model number and price, for each piece of software and equipment required to program the new equipment and any associated passwords required to maintain the system.

k. The Proposer shall specify the methods for maintaining the 700 MHz trunked radio system including any hardware, operating system and applications software. Such methodology shall define any user responsibilities necessary for total system operation. Performance of any such defined user responsibility shall not be required to qualify for or maintain express or implied warranties or performance guarantees specified within the proposal. 11.2.5 Maintenance Manuals 1. The Contractor shall supply one (1) complete set of system maintenance manuals for each trunked radio site, the Master Site and each dispatch site, for all equipment associated with the particular site in printed form, with an electronic copy accompanying each printed (paper) copy. The printed copies shall be provided in ring binders, indexed and cataloged for easy use. The electronic copy shall be on DVD+R, CDR, or thumb drive media. Additionally, one printed and one electronic copy of the system maintenance manuals shall be provided for the City of Garland Radio Shop to be used as a master copy. 2. The Contractor shall supply six (6) paper copies, cataloged and indexed for easy use (in 3ring binders), and six (6) copies of manuals for OEM hardware for each component of the system by the manufacturer, showing the system layout and architecture, and describing the function of each major item. 3. Any unique wiring configurations or circuit modifications (“specials or as-builts”), which are not part of the standard product offering or the associated equipment documentation provided, shall be included in the ring binder(s). All information as described in the previous paragraph shall be included, in addition to the theory and method of operation. 4. Each mobile radio, hand held radio, control station, and dispatch console shall be provided with (4) original printed user/operator manual. Photocopies of manuals are not acceptable. Four (4) electronic copies for each of the individual types of mobile, portable, control station manuals shall be provided in Adobe Acrobat PDF format on CDR, DVD+R, or thumb drive media. 11.2.6 Extended Maintenance and Technical Support: 1. The Contractor’s Radio Shop may be requested to provide the on-going upkeep, maintenance; repair and operation of the 700 MHz P25 trunked simulcast system, and designated subsystems, once the one year system warranty has expired. As part of the Proposal, each Proposer shall provide a quotation for extended technical support services for the trunked radio system as noted below. For radio field units, (mobiles, portables and RF control stations), the Cities may individually engage the Contractor in providing maintenance services for the radio field units that may consist of mobile radio units, portable radio units and RF control stations, after the expiration of the associated warranty period. a. Note that the individual Cities may choose to purchase an extended warranty for specific radio field units.

RCC CONSULTANTS, INC. 30

PAGE 261 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

b. Note that the Contractor’s Radio Shop may address first echelon repair of the radio units of all or part of the individual City network users and could be the coordinating point for shipping and receiving all radio units processed for depot services. 2. Trunked System Technical Support: The Proposer shall include an option to provide trunked system infrastructure technical support on an annual basis for up to five (5) years following expiration of the system warranty. The Proposer shall provide an annual escalation factor for year 6 and beyond. Trunked system components shall include, at the minimum, the following: a. The Master Network Site and associated equipment b. All trunked simulcast sites and associated equipment c. All communication dispatch console sub-systems and associated equipment d. All trunked sub-systems 3. Note that the Contractor’s Radio Shop could maintain the recommended infrastructure spare parts inventory at the Contractor’s Radio Shop, or at the various sites as noted above and elsewhere in this RFP, and this aspect should be noted when quoting services for any extended technical support. The Proposer shall comment the advantages and disadvantages of this approach. 4. Trunked System Technical Support Requirements: The Proposer shall include the cost of providing support via their remote “Technical Support Center” (TSC) that allows the Contractor’s Radio Shop, or other designated support services, access to qualified technical support personnel who will address repair, troubleshooting, and maintenance issues regarding hardware and software issues that may be encountered when maintaining the P25 700 MHz trunked simulcast system and associated sub-systems. This service shall be available on a 24 hour, 365 day “call-in” basis. The Contractor’s Radio Shop will provide access of the trunked system to the TSC so that diagnostics can be undertaken and the TSC shall work with the Contractor’s Radio Shop support personnel on the technical issues. The TSC shall engage the local technical service provider as required and only with the permission of the designated City Program Manager, if the issues so warrant. Any such quote should include this aspect with provisions as noted below. A full response to this requirement shall be provided in the Proposal, and shall fully explain the Proposer’s program along with the associated costs for this type of support. 5. Local Technical Support: As noted above, the cost of TSC assistance shall be provided along with the cost of any local support, when needed. Local support shall be on a time and material basis with a response based on a 24 hour, 365 day call out, with a 1 hour response time on a major failure once the local support entity has been notified. Any technician responding shall be fully trained to address the technical issues associated with the 700 MHz P25 trunked radio system operated by the Cities and certification shall be provided noting compliance with this requirement. 6. Technical Support Center Quotation: TSC support shall be quoted, and the quotation shall be broken down by year for a five year period, starting after the initial system warranty has been completed and divided into at least two major categories with associated cost priced for each category. The Proposer shall provide an annual escalation factor for year 6 to year 10. The ability of a successful Contractor to support the system being provided at a reasonable cost is a critical element and any proposed program will receive the scrutiny of the Cities when reviewing the Proposals. a. Technical Support Center support costs b. Time and Material Local Technical Support costs

RCC CONSULTANTS, INC. 30

PAGE 262 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

7. Radio Field Unit On-Going Maintenance: Each of the Cities involved may wish to enter into an individual maintenance agreement with the Contractor after the associated warranty period expires. a. The Proposer shall include a quotation for their Depot Services for radio field units for each of the City network users based upon the quantities noted in this RFP. b. The Garland Service Center is interested in providing all first echelon service to user radios. The vendor shall provide basic unit repair costs for those radios sent to the factory with any escalation factors from years 3 through 10. 8. Technical Support Proposals: Any Technical Support or Maintenance proposals shall clearly identify those items covered under the agreement, and clearly delineate items that are not included or conditions that would invalidate the support or maintenance agreement. 11.2.7 Software Subscription Programs Proposers shall provide information and pricing on all software subscriptions for the trunked system infrastructure and for the radio field units. It is understood that many of these costs are based on the number of user radios, number of system channels, number of talkgroup ID’s, number of user ID’s, etc. It is the intent of this procurement to unveil all user software requirements and not have any issues arise that include that there are only a limited number of “anything” associated with this particular license. An example of this might include the ability to only be able to program over the air 100 radio ID’s when it has been stated that almost 3000 ID’s will be present on the system. Proposers shall clearly state what is included in their proposal and eliminate any hidden or future costs that may be incurred in the first few years of system ownership. 1. Cost of System Ownership – System Infrastructure - The Proposer shall provide cost of ownership for the following system components for years 3 through 10. This shall include any software and hardware refreshes as required pertaining to the following: a. The Master Network Site and associated equipment b. All trunked simulcast sites and associated equipment c. All communication console sub-systems and associated equipment d. All trunked sub-systems e. Other Third Party equipment critical to the infrastructure operation f.

Any logging recorder equipment or upgrades

g. Fire Station Alerting systems proposed 2. Cost of Ownership – Radio Field Units: All software subscription requirements for user radio equipment including mobiles, portables, control stations, RF modems, or siren radios shall be stated. Software subscriptions for additional radios under any of these categories shall be provided on a unitized basis. 3. Escalation Factors – If pricing for the software licensing is going to change between years 3 through 10 through an escalation process, Proposers must include this information in their response to this RFP. 4. OTAP Licensing – Over the Air Programming (OTAP) is an important aspect of the new system being deployed. Proposers shall state how many units can be programmed with the provided software license. The projected total number of radios operating on the system has been provided in this RFP. Proposers shall include a complete description of the following: RCC CONSULTANTS, INC. 30

PAGE 263 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

a. Total number of radios that can be programmed in the system proposed b. Total number of radios that can be added without purchasing future SW agreements c. Total number of licensed radios that can be programmed utilizing OTAP d. Costs for additional radios in blocks of 100 that can be added 5. Additional Charges - It is the goal of this procurement to achieve all that is necessary to outfit the public safety and local government radio users as part of this procurement. The possibility of additional charges that may be incurred within the first 10 years of ownership must be described. Additional charges not included in the 10-year plan and not disclosed by the vendor providing the system would be considered as “included” with the initial system equipment purchase over the next 10 years.

Proposer Compliancy Proposers shall insert a complete Point by Point response that addresses each numbered point or paragraph listed in this section. The response shall address at a minimum, the following: 1. Read and Understood: Where appropriate, when there is a point or paragraph that does not specifically require that the Proposer indicate any level of compliancy and this point or paragraph is provided for informational purposes, the Proposer shall indicate that it has read and understood that point or paragraph. 2. Fully compliant with this point or paragraph: This shall indicate that the proposer fully understands the specification and is fully compliant with this requirement. 3. Partially compliant with this point or paragraph: This shall indicate that the Proposer does not fully meet the requirement or intent of the specification. The Proposer shall provide a complete description of why they do not meet the full requirement of the specification and then state their clarification or substitution for that particular point or paragraph. 4. Not Compliant (Exception): This shall indicate that the Proposer’s solution does not comply with this specification listed in this point or paragraph.

RCC CONSULTANTS, INC. 30

PAGE 264 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Section

12

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Training Requirements Section 12 - Training

12.1 Training 12.1.1 Training Requirements Overview 1. Successful implementation of a new radio communication system is closely tied to a properly planned and implemented training program. If field users and dispatch personnel do not understand how to use the new equipment properly, it often equates to the perception that the “new system does not work properly” and can often lead to a lack of confidence in a new system by the users. Consequently, the Cities are requiring that the Contractor provide a comprehensive training program as outlined in this section. 2. The City of Garland is interested in developing the Radio Communications Division of IT to fully support the system augmented by manufacturer technical support. Training programs are requested for the different levels of system technicians. The Contractor will need to provide information about these programs that include a description of the program, student pre-requisites, and options as to how the training should be administered. 3. The Contractor, prior to cutover and final acceptance of the system, shall provide a comprehensive “Train-the-Trainer” training program for the identified audiences and the required knowledge areas as defined in this section. Such training shall include, at a minimum, sessions to familiarize dispatch center personnel with the operation of the P25 trunked radio system, alarm systems, and with the system management equipment. Field personnel will be trained in the operation of mobile and portable equipment. Fixed Control Station training will also be required for designated personnel. The proposal must specify the amount of classroom training to be provided for all levels of training. A syllabus of the training program must be provided in your proposal. The Cities reserve the right to videotape classes and use it later for training. 4. Written materials, computer files, and any audiovisual aids produced by the Contractor to provide training shall be furnished to the Cities for a continuing education purposes. 5. Contractors are to submit a resume for each proposed trainer, a list of training classes, and prior client references who have been trained by the Contractor's training personnel on the proposed equipment. The Cities shall interview the Contractor’s training team, and shall mutually agree on the training package and the qualifications of the training personnel prior to the development and execution of the training program. 6. The first user training class will be given to supervisory personnel of the agencies involved. Any deficiencies in the training program will be corrected before the remainder of the applicable personnel is trained. Training for the supervisory personnel will begin after completion of the fixed end hardware tests. 7. In general, each user training level below is modular and cumulative. For example, Level 3 personnel will also receive level 1 and level 2 training.

RCC CONSULTANTS, INC. 30

PAGE 265 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

12.2 User Training 12.2.1 User Training - General Proposers need to understand that they will need to perform training for users in four (4) different municipalities and outside entities such as GISD and MISD. The training plan needs to take this into consideration when evaluating these training requirements and tailor the program to meet the needs of all of the users. A basic overview of the requirements for the users is listed below. 12.2.2 Level 1 – Executive 1. Executives can be any user or nonuser of the system who require an overview of the twoway radio communication system, operations, fleetmaps, interoperability plans, and a general understanding of the system. 2. Examples of personnel that fall into this category level include: a. City Management b. Emergency Management Planners c. Supervisory Personnel d. Project Managers 3. The Contractor will develop a high-level overview of the new communication system. This course is to be designed for users and nonusers, but it will be provided to all users as a standalone course or an introduction to other courses such as operator training. It will be in the Train-the-Trainer format allowing the Cities to provide an accurate system knowledge base for users, nonusers and/or project sponsors. 4. The System Overview courses will include, at a minimum, the following topics: a. An overview of the new system b. An overview of new user equipment c. A comparison of old and new systems d. A comparison of old and new user equipment e. Project 25 update f.

Proper radio procedures, with emphasis on trunking radio usage, such as the delay between pushing the PTT button and speaking, the emergency button, etc., and analog vs. digital, such as fringe area behavior

12.2.3 Level 2 – Operator 1. The operator is the person that actually uses a portable (handheld) unit, mobile (vehicle mount) unit or fixed control (base station/control station) unit. The operator may be a daily user or a user only during emergencies and exercises. 2. Examples of personnel that fall into this category level include: a. Police Department Personnel b. Fire Department Personnel

RCC CONSULTANTS, INC. 30

PAGE 266 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

c. Public Works Personnel d. Emergency Managers 3. The Contractor shall provide a comprehensive training program for field users based upon the Train-the-Trainer approach. The Cities shall identify an appropriate number of designated trainers who shall be trained by the selected Contractor. Participants will have been successfully trained if they can then successfully train their own personnel. 4. Training of trainers shall begin after the fixed end hardware tests are complete, while dispatchers are also being trained. Users will be trained after all instructors and dispatchers have been trained. Dispatcher training shall also be scheduled to ensure the information can be applied within a short period of time, such as within a day or two, of being trained. All training shall take place within 30 days of the system actually being placed into live service. 5. User courses will include, at a minimum, the following topics: a. The System Overview Course b. Area of operation; coverage provided c. Operation of all subscriber features d. Operation and control of mobile and portable radios e. Operation and control of control stations f.

Hands-on familiarization of all equipment functions

g. Proper use of all associated accessories h. Proper radio procedures i.

System failure and backup modes

j.

Basic troubleshooting techniques

k. Proper handling and care of radio equipment, batteries, and accessories 12.2.4 Level 3 – Dispatcher/Console Operator 1. The Dispatch/Console Operator directs communications during daily operations and emergency situations. The Dispatch/Console Operator needs a detailed understanding of operating the console system as it pertains to its own agency’s operations. 2. Examples of personnel that fall into this category level include: a. Dispatcher/Console Operators b. Dispatch Supervisors 3. Dispatch Console Operator courses will include, at a minimum, the following topics: a. Dispatch Console System Overview Course b. Hands-on familiarization of all console position functions c. Proper use of all associated accessories d. Proper radio procedures e. System failure and backup modes f.

Alarms that show on the console screen

RCC CONSULTANTS, INC. 30

PAGE 267 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

g. Any console functionality features such as door controls h. Basic troubleshooting techniques i.

Proper handling and care of radio equipment, batteries, and accessories

4. Dispatch console training shall also use the Train-the-Trainer approach. The Contractor shall conduct a minimum of eight (8) comprehensive classroom operator training sessions in two (2) separate training cycles. Cycle 1 will be for all of the dispatch personnel Trainers before the new console system is placed in service. This will be conducted in a classroom environment, using training aids and the dispatch radio consoles. Training aids such as videos, system diagrams, training manuals showing functionality, and a qualified instructor shall be available for these classes. There shall be handouts available for all attendees, and Dispatcher Operator Training manuals for future reference and follow up training. Eight (8) sessions will be needed including two different sessions for each City. 5. Logging Recorder Training – In addition to console system training, certain dispatch personnel shall also require logging recorder training if the system is upgraded or replaced. Proposers shall incorporate this training in conjunction with the dispatch console training for select users. 6. An additional training class, Cycle 2, also consisting of 8 sessions, shall so be conducted using operational console equipment. This will be conducted in the actual dispatch centers using the new dispatch consoles. Each trainee shall be certified by the instructor to have a complete understanding of the new console operations and to be experienced and fully qualified to operate the new consoles, and to instruct others in their use. 7. Each student shall attend both Cycle 1 and 2. The classes shall be scheduled in cooperation with the Cities to minimize the impact on shift personnel. It will be the Cities responsibility to ensure that all students attend the training as scheduled. 8. A 3rd Cycle, consisting of 1 to 4 sessions, may be deemed necessary and requested by the Cities or the Contractor if deemed necessary. This session will be coordinated with the Contractor at no cost to the Cities. 9. The Proposer shall include information regarding the certification process for the students taking these courses. Describe the methods of verification of understanding of the material presented in the courses and the examination and grading process.

12.3 Technical Training 12.3.1 Level 1 Technical Training – Installation and Drive-up Technician 1. The Level 1 Technician is the person that interfaces with the user concerning the operation, use and problems with handheld, mobile or base station radios. This person is integral in getting an operational unit into the hands of the user and determining if a problem is an operational error or equipment problem with a radio unit or a system malfunction that may need escalation to higher maintenance. Level 1 Technicians would be considered as installation technicians. After training, the Level 1 Technician will show understanding of how the subscriber radio works on the new system. The contractor must include the following information about their training program for the Level 1 Technician: 2. A complete list of the recommended classes, these should include classes that address the following subjects at a minimum:

RCC CONSULTANTS, INC. 30

PAGE 268 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

a. b. c. d. e.

System Overview Operator training Programming of portable, mobile and control stations Testing radio units for proper operations using a service monitor test set Adjusting radio units to within specifications using radio software and a service monitor test set f. Basic troubleshooting techniques g. Disassembly / reassembly of radio units h. Identifying radio units to be repaired in-house or at the factory i. Monitor network system management software j. Basic system infrastructure diagnostic techniques k. Costs for a single student along with information regarding any discounts that can be applied for multiple students l.

Course schedules

m. Information regarding the certification process for the students taking these courses must be described and if there is a graded examination. n. A recommendation by the contractor as to when this training should take place in accordance with the system implementation schedule o. A description about any customized training that could possibly take place during this system implementation. This might include participation in radio programming and optimization. p. The Proposer shall include information regarding the certification process for the students taking these courses. Describe the methods of verification of understanding of the material presented in the course and the examination and grading process. 12.3.2 Level 2 Technical Training – System Technician 1. The Level 2 Technician should be capable of RF testing fundamentals and be completely familiar with system installation guidelines. After completing the training, the System Technician will be able to perform preventive maintenance, troubleshooting and repair of the system infrastructure including the P25 trunked radio system equipment, dispatch console system maintenance, and the different equipment used for system interconnectivity including the microwave system and associated equipment. The contractor must include the following information about their training program for the Level 2 Technician: 2. A complete list of the recommended classes, these should include classes that address the following subjects at a minimum: a. b. c. d. e. f. g. h.

System Overview Block diagram and circuit description Comparison of the old and new systems Operational theory of all system components Principles of analog and digital transmission Proper operation of system capabilities System failure modes System diagnostic alarms

RCC CONSULTANTS, INC. 30

PAGE 269 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

i. j. k. l. m. n. o. p. q.

Installation and turn-on procedures Operation of all required test equipment Alignment and optimization testing procedures Detailed troubleshooting procedures Unit/module replacement procedures Detailed repair procedures Detailed maintenance procedures Proper record-keeping Detailed review of system documentation structure, documentation control process r. Operating, safety, and traffic continuity procedures s. Detailed preventative maintenance procedures

numbering

system,

and

3. Costs for a single student along with information regarding any discounts that can be applied for multiple students 4. Course schedules 5. A recommendation by the contractor as to when this training should take place in accordance with the system implementation schedule 6. A description about any customized training that could possibly take place during this system implementation such as participation in system installation. 7. The Proposer shall include information regarding the certification process for the students taking these courses. Describe the methods of verification of understanding of the material presented in the course and the examination and grading process. 12.3.3 Level 3 Technical Training – System Administration Technician 1. The Level 3 Technician would receive all of the training listed above and receive all of the system administrative training as well. After completing the training, the System Technician will be able to perform preventive maintenance, troubleshooting and repair of the system infrastructure as listed under the Level 2 Technician, but also be well versed in system administration. The contractor must include the following information about their training program for the Level 3 Technician: 2. A complete list of the recommended classes, these should include classes that address the following subjects at a minimum: a. b. c. d. e. f. g. h. i. j.

System Overview Operational theory of all system components Detailed discussion of system failure modes Basic troubleshooting techniques Available features Available reports Available diagnostics Development and maintenance of system databases Detailed discussion of alarm system Hands-on familiarization with all of the above RCC CONSULTANTS, INC.

30

PAGE 270 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

k. l. m. n. o. p.

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Fleetmapping of system Disable/enable radios System utilization by assigned radios and talkgroups Basic report generation First echelon Logging Recorder training Microwave system training

3. Costs for a single student along with information regarding any discounts that can be applied for multiple students 4. Course schedules 5. A recommendation by the contractor as to when this training should take place in accordance with the system implementation schedule 6. A description about any customized training that could possibly take place during this system implementation. This might include system configuration and database development for the different systems and sub-systems 7. The Proposer shall include information regarding the certification process for the students taking these courses. Describe the methods of verification of understanding of the material presented in the course and the examination and grading process.

12.4 Tools and Test Equipment 12.4.1 Tools and Test Equipment Requirements 1. The response to these specifications shall include a complete list of the tools and test equipment required by technicians that will be trained to maintain the system. This list of equipment shall be included as an option to be purchased along with the system. 2. System test equipment shall include at a minimum a Service Monitor complete with software required to maintain the proposed system and subscriber equipment. A complete set of features required to service the system that are included in the device shall be stated. A portable spectrum analyzer complete with the recommended software. A complete set of features required to service the system that are included in the device shall also be stated. 3. Any special or recommended tools required to service the proposed system shall also be included along with a complete description of this equipment. 4. Training on the use of new test equipment shall be addressed. The Proposer shall state what training is available, the costs, and training delivery methods.

12.5 Delivery Methods and Materials 12.5.1 Training Delivery Methods and Materials - General 1. All user training shall occur in the Garland/Mesquite areas at the most appropriate location for the venue. The Contractor will provide all necessary training equipment, computers, projectors, radio units, manuals, workbooks, and test equipment. Coordination for filling training courses will be completed by the Cities in accordance with a predetermined

RCC CONSULTANTS, INC. 30

PAGE 271 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

schedule. A single point of contact will be provided to the Contractor, and the Contractor will provide a single point of contact for all training activities. Appropriate documentation of the attendees will be provided to the Cities. At the conclusion of each class an opportunity will be provided for the attendees to give training feedback. This feedback will be reviewed prior to the next course to determine whether a curriculum change is needed. 12.5.2 Classroom Instruction Classrooms of the appropriate size and environment will be provided by the Cities in accordance with a predetermined schedule. The Contractor is to provide all training materials for the course. 12.5.3 Field Instruction Many of the courses need to have access to system equipment, such as a dispatch console system or system manager terminal, or in a location where equipment is being installed. These courses must be identified and coordinated by a predetermined schedule. Appropriate documentation of the attendees will be provided to the Cities. 12.5.4 On-Line It may be appropriate for some classes to be in a webinar type format or a self-paced on-line format due to timing constraints with City personnel. In general hands-on is the preferred means, but some prerequisites may be accomplished in a virtual classroom. On-line classes will remain available for at least a year after completion of the initial training sessions for refresher/new user training purposes. 12.5.5 Off-Site For all off-site training courses, please list the courses available, the cost of the class for individual personnel or groups, duration, and locations of each course offered. Off-site training availability will not be considered as part of the proposal, but may be used for informational purposes. If the Contractor feels off-site training will have specific advantages over on-site training, describe the advantages for consideration. 12.5.6 Course Materials 1. The actual materials for each course will vary widely. The Contractor will provide the appropriate training material as indicated on the Course Worksheet at the end of this section. 2. Documentation for System Overview, Operator Training and Dispatch/Console Operator Training must be prepared specifically for the configuration of the new radio system. All instruction books shall be clearly written and illustrated to instruct the proper use of all standard features available for specific equipment and operation. Operator manuals provided in hard copy will also be provided in electronic PDF (Portable Document Format) to be read with the Adobe Acrobat Reader software.

Proposer Compliancy Proposers shall insert a complete Point by Point response that addresses each numbered point or paragraph listed in this section. The response shall address at a minimum, the following: RCC CONSULTANTS, INC. 30

PAGE 272 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

1. Read and Understood: Where appropriate, when there is a point or paragraph that does not specifically require that the Proposer indicate any level of compliancy and this point or paragraph is provided for informational purposes, the Proposer shall indicate that it has read and understood that point or paragraph. 2. Fully compliant with this point or paragraph: This shall indicate that the proposer fully understands the specification and is fully compliant with this requirement. 3. Partially compliant with this point or paragraph: This shall indicate that the Proposer does not fully meet the requirement or intent of the specification. The Proposer shall provide a complete description of why they do not meet the full requirement of the specification and then state their clarification or substitution for that particular point or paragraph. 4. Not Compliant (Exception): This shall indicate that the Proposer’s solution does not comply with this specification listed in this point or paragraph.

RCC CONSULTANTS, INC. 30

PAGE 273 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

Section

13

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

System Pricing Section 13—System Pricing

13.1 System Pricing Overview Due to the project time constraints involved, the Cities do not anticipate requesting best and final offers if pricing offered is deemed fair and competitive. Any discounts, trade-ins, cost incentives or signing bonuses Proposers intend to extend to the Cities should be contained in the response to the RFP as stated in table 13.6.4. The Cities understand the complexity of the pricing break down and how it presents the necessary extra efforts by the Proposers, however this is necessary in order to distribute costs among the different agencies and departments. Proposers need to understand this requirement and how the new system will be funded. Proposers must submit all pricing for the proposed system using the following pricing worksheets. These worksheets will serve as the basis for the proposed pricing of all equipment and all services including, but not limited to, system staging, equipment delivery, freight to the different system locations, installation, programming, optimization, project management, engineering, training, testing, travel and per-diem, supplies, etc. As needed, Proposers should supplement the pricing section to adequately portray and describe the proposed architecture. Proposers should be as descriptive as possible and include equipment model names, supplier names and model numbers for 3rd-party equipment, etc. Equipment shelter sizes, tower heights, UPS and generator sizes, etc. must be included in the worksheets.

13.2 Price Worksheets – Fixed Infrastructure 1. Proposals should clearly and effectively communicate system concept, infrastructure

configuration and user equipment options. Pricing should reflect both system and component level costs. There are two tables that the Proposers shall complete for each infrastructure site when required. The first table shall include information about where the Proposer recommends that this equipment be placed if not clearly specified by the Cities. The next infrastructure table shall include information and pricing for the equipment placed at this site. There is also an item in this table that will allow Proposers to insert any additional comments or notes about this location that may need to be stated. 2. Please round all costs to the nearest dollar and Proposer are encouraged to add in any lines

in the tables that represent a feature as an included option or available feature that may not have been listed in the tables. 3. Note that all system management equipment systems or access to all systems shall be

made available at the City of Garland Radio Service Center located at 1639 Commerce St. in Garland

RCC CONSULTANTS, INC. 30

PAGE 274 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

13.2.1 Master Site Equipment Table 13.2.1A – Master Site Equipment Location Information Proposed Master Site Location:

Comments or Notes:

Table 13.2.1B – Master Site Itemized Equipment Pricing Equipment Description

Qty

Unit Cost

Total Cost

Master Site Trunking Controller or IP Core

$

$

Master Site Audio Switch, LAN, WAN Equipment

$

$

Master Site Server/Client Equipment

$

$

Master Site Alarm Monitoring Equipment

$

$

Master Site Other Equipment

$

$

$

$

GPS Monitoring Equipment & Interface*

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Master Site Installation and Implementation

$

$

System Management/Alarm Terminals 1 –Master Control Point 1 – Mesquite Dispatch Center 1 – Garland Radio Service Center

3

AES and OTAR Key Management Equipment and Software OTAP Equipment and Software (Ensure that OTAP licenses are included for every user radio proposed on this new system)

Total Proposed Costs For Master Site Equipment $

*Please provide this cost for one monitoring point with the understanding that it may be deployed at different dispatch or control point locations as described in Section 2.3.6.

RCC CONSULTANTS, INC. 30

PAGE 275 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

13.2.2 Simulcast Prime Radio Site #1 Equipment Table 13.2.2A – Simulcast Prime Radio Site #1 Equipment Location Information Proposed Site Location:

Comments or Notes:

Table 13.2.2B – Simulcast Prime Radio Site #1 Itemized Equipment Pricing Equipment Description

Qty

Unit Cost

Total Cost

Simulcast Prime Trunking Controller

$

$

Simulcast Prime LAN, WAN Equipment

$

$

Simulcast Prime Receiver Voting

$

$

Simulcast Prime Simulcast Sync Equipment - TRAK

$

$

Simulcast Co-Located Remote Base Stations

$

$

Simulcast Co-Located Remote LAN, WAN Equipment

$

$

Simulcast Co-Located Remote Antenna System

$

$

Simulcast Subsystem Alarm Monitoring Equipment

$

$

$

$

Simulcast Subsystem Site Generator – If Needed

$

$

Simulcast Subsystem Site Tower – If Needed

$

$

Simulcast Subsystem Site Equipment Shelter - Needed

$

$

Simulcast Subsystem Site – Site Work

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Simulcast Prime/Co-Located Remote Site

$

$

Simulcast Subsystem Site UPS (state size and full load backup time here)

Total Proposed Costs For Simulcast Prime Site #1 Equipment $

RCC CONSULTANTS, INC. 30

PAGE 276 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

13.2.3 Simulcast Redundant Prime Radio Site #2 Equipment Table 13.2.3A – Simulcast Prime Radio Site #2 Equipment Location Information Proposed Site Location:

Comments or Notes:

Table 13.2.3B – Simulcast Prime Radio Site #2 Itemized Equipment Pricing Equipment Description

Qty

Unit Cost

Total Cost

Simulcast Prime Trunking Controller

$

$

Simulcast Prime LAN, WAN Equipment

$

$

Simulcast Prime Receiver Voting

$

$

Simulcast Prime Simulcast Sync Equipment - TRAK

$

$

Simulcast Co-Located Remote Base Stations

$

$

Simulcast Co-Located Remote LAN, WAN Equipment

$

$

Simulcast Co-Located Remote Antenna System

$

$

Simulcast Subsystem Alarm Monitoring Equipment

$

$

$

$

Simulcast Subsystem Site Generator – If Needed

$

$

Simulcast Subsystem Site Tower – If Needed

$

$

Simulcast Subsystem Site Equipment Shelter - Needed

$

$

Simulcast Subsystem Site – Site Work

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Simulcast Prime/Co-Located Remote Site

$

$

Simulcast Subsystem Site UPS (state size and full load backup time here)

Total Proposed Costs For Simulcast Prime Site #2 Equipment $

RCC CONSULTANTS, INC. 30

PAGE 277 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

13.2.4 Remote Simulcast Radio Site Equipment Table 13.2.4A – Remote Simulcast Radio Site Equipment Location Information Proposed Site Location:

Comments or Notes:

REPEAT THIS TABLE FOR EVERY REMOTE SIMULCAST RADIO SITE PROPOSED Table 13.2.4B – Remote Simulcast Radio Site Itemized Equipment Pricing Equipment Description

Qty

Unit Cost

Total Cost

Simulcast Remote Site Base Stations

$

$

Simulcast Remote Site LAN, WAN Equipment

$

$

Simulcast Remote Site Sync Equipment - TRAK

$

$

Simulcast Remote Site Antenna System

$

$

Simulcast Remote Site Alarm Monitoring Equipment

$

$

$

$

Simulcast Subsystem Site Generator – If Needed

$

$

Simulcast Remote Site Tower – If Needed

$

$

Simulcast Remote Site Equipment Shelter – If Needed

$

$

Simulcast Remote Site – Site Work

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Simulcast Remote Site

$

$

Simulcast Remote Site UPS (state size and full load backup time here)

Total Proposed Costs For Remote Simulcast Site Equipment $

REPEAT THIS TABLE FOR EVERY REMOTE SIMULCAST RADIO SITE PROPOSED

RCC CONSULTANTS, INC. 30

PAGE 278 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

13.2.5 MPLS Ring Protected Microwave Equipment Table 13.2.5A – MPLS Microwave Equipment Site Location Information Proposed Site Location:

Comments or Notes:

REPEAT THIS TABLE FOR EVERY MICROWAVE RADIO SITE PROPOSED FOR THE MICROWAVE “RING” Table 13.2.5B – MPLS Microwave Radio Site (Ring) Itemized Equipment Pricing Equipment Description

Qty

Unit Cost

Total Cost

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Total Proposed Costs For Ring Protected Microwave Radio Site Equipment $

REPEAT THIS TABLE FOR EVERY MICROWAVE RADIO SITE PROPOSED FOR THE MICROWAVE “RING”

RCC CONSULTANTS, INC. 30

PAGE 279 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

13.2.6 MPLS Microwave “Spur” Equipment Table 13.2.6A – MPLS Microwave “Spur” Equipment Site Location Information Proposed Site Location:

Comments or Notes:

REPEAT THIS TABLE FOR EVERY MICROWAVE RADIO SITE “SPUR” PROPOSED Table 13.2.6B – MPLS Microwave Radio Site (Spur) Itemized Equipment Pricing Equipment Description

Qty

Unit Cost

Total Cost

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Total Proposed Costs For Microwave Spur Radio Site Equipment $

REPEAT THIS TABLE FOR EVERY MICROWAVE RADIO SITE “SPUR” PROPOSED

RCC CONSULTANTS, INC. 30

PAGE 280 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

13.2.7 MPLS Microwave Network Management Equipment Table 13.2.7A – MPLS Microwave Network Management Equipment Site Location Information Master Site Network Location #1 Garland Radio Shop Location #2

Garland Radio Shop

Comments or Notes:

Table 13.2.7B – MPLS Microwave Network Management Itemized Equipment Pricing Equipment Description

Qty

Unit Cost

Total Cost

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Total Proposed Costs Microwave Network Management Site Equipment $

RCC CONSULTANTS, INC. 30

PAGE 281 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

13.2.8 City of Garland Dispatch Console Systems Table 13.2.8A – City of Garland Dispatch Console Itemized Equipment Pricing – Primary Dispatch Center Equipment Description IP-Based LCD Touch-Screen Dispatch Consoles

Qty 8

Unit Cost

Total Cost

$

$

Dispatch Console LAN/WAN/Electronics

$

$

Instant Recall Recorders (one per console)

$

$

Conventional Channel Interface (TBD by Proposer to Support Back-up Operation and Interoperability – See Section 6)

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Dispatch Equipment

$

$

Total Proposed Costs Garland Primary Dispatch Site Equipment $

Table 13.2.8B – City of Garland Dispatch Console Itemized Equipment Pricing – Back-up Dispatch Center Equipment Description

Qty

Unit Cost

Total Cost

IP-Based LCD Touch-Screen Dispatch Consoles

3

$

$

IP-Based Laptop Dispatch Consoles (Deployable at Radio System Network Connection Points)

2

$

$

Dispatch Console LAN/WAN/Electronics

$

$

Instant Recall Recorders (one per console)

$

$

Conventional Channel Interface (TBD by Proposer to Support Back-up Operation and Interoperability – See Section 6)

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Dispatch Equipment

$

$

Total Proposed Costs Garland Back-up Dispatch Site Equipment $

RCC CONSULTANTS, INC. 30

PAGE 282 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.2.8C – City of Garland Dispatch Console Itemized Equipment Pricing – Garland Power & Light Dispatch Center Equipment Description IP-Based LCD Touch-Screen Dispatch Consoles

Qty 2

Unit Cost

Total Cost

$

$

$

$

$

$

Conventional Channel Interface (TBD by Proposer to Support Back-up Operation and Interoperability – See Section 6)

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Dispatch Equipment

$

$

Dispatch Console LAN/WAN/Electronics Instant Recall Recorders (one per console)

2

Total Proposed Costs Garland Power & Light Dispatch Site Equipment $

Table 13.2.8D – City of Garland Dispatch Console Itemized Equipment Pricing – Garland Water Department Dispatch Center Equipment Description IP-Based LCD Touch-Screen Dispatch Consoles

Qty 2

Unit Cost

Total Cost

$

$

Dispatch Console LAN/WAN/Electronics (If Needed – Colocated with Garland Back-up Dispatch

$

$

Instant Recall Recorders (one per console)

$

$

Conventional Channel Interface (TBD by Proposer to Support Back-up Operation and Interoperability – See Section 6)

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Dispatch Equipment

$

$

Total Proposed Costs Garland Power & Light Dispatch Site Equipment $

RCC CONSULTANTS, INC. 30

PAGE 283 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

13.2.9 City of Mesquite Dispatch Console Systems Table 13.2.9A – City of Mesquite Dispatch Console Itemized Equipment Pricing – Primary Dispatch Center Equipment Description IP-Based LCD Touch-Screen Dispatch Consoles

Qty 8

Unit Cost

Total Cost

$

$

Dispatch Console LAN/WAN/Electronics

$

$

Instant Recall Recorders (one per console)

$

$

Conventional Channel Interface (TBD by Proposer to Support Back-up Operation and Interoperability – See Section 6)

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Dispatch Equipment

$

$

Total Proposed Costs Mesquite Primary Dispatch Site Equipment $

Table 13.2.9B – City of Mesquite Dispatch Console Itemized Equipment Pricing – Back-up Dispatch Center Equipment Description IP-Based LCD Touch-Screen Dispatch Consoles

Qty 5

Unit Cost

Total Cost

$

$

Dispatch Console LAN/WAN/Electronics

$

$

Instant Recall Recorders (one per console)

$

$

Conventional Channel Interface (TBD by Proposer to Support Back-up Operation and Interoperability – See Section 6)

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Dispatch Equipment

$

$

Total Proposed Costs Garland Back-up Dispatch Site Equipment $

RCC CONSULTANTS, INC. 30

PAGE 284 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

13.2.10

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

City of Rowlett Dispatch Console Systems

Table 13.2.10A – City of Rowlett Dispatch Console Itemized Equipment Pricing – Primary Dispatch Center Equipment Description IP-Based LCD Touch-Screen Dispatch Consoles

Qty 4

Unit Cost

Total Cost

$

$

Dispatch Console LAN/WAN/Electronics

$

$

Instant Recall Recorders (one per console)

$

$

Conventional Channel Interface (TBD by Proposer to Support Back-up Operation and Interoperability – See Section 6)

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Dispatch Equipment

$

$

Total Proposed Costs Rowlett Primary Dispatch Site Equipment $

13.2.11

City of Sachse Dispatch Console Systems

Table 13.2.11A – City of Sachse Dispatch Console Itemized Equipment Pricing – Primary Dispatch Center Equipment Description IP-Based LCD Touch-Screen Dispatch Consoles

Qty 3

Unit Cost

Total Cost

$

$

Dispatch Console LAN/WAN/Electronics

$

$

Instant Recall Recorders (one per console)

$

$

Conventional Channel Interface (TBD by Proposer to Support Back-up Operation and Interoperability – See Section 6)

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Dispatch Equipment

$

$

Total Proposed Costs Sachse Primary Dispatch Site Equipment $

RCC CONSULTANTS, INC. 30

PAGE 285 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

13.2.12

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Garland ISD Dispatch Console Systems

Table 13.2.12A – Garland ISD Dispatch Console Itemized Equipment Pricing – Primary Dispatch Center Equipment Description IP-Based LCD Touch-Screen Dispatch Consoles

Qty 2

Unit Cost

Total Cost

$

$

Dispatch Console LAN/WAN/Electronics

$

$

Instant Recall Recorders (one per console)

$

$

Conventional Channel Interface (TBD by Proposer to Support Back-up Operation and Interoperability – See Section 6)

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Dispatch Equipment

$

$

Total Proposed Costs GISD Primary Dispatch Site Equipment $

13.2.13

Logging Recorder Systems (See Section 6)

Table 13.2.13A - Dispatch Center Logging Recorder Systems Total Upgrade / Replacement Dispatch Center Costs Using Existing Seat Licenses $ Garland Dispatch Center $ Mesquite Dispatch Center $ Rowlett Dispatch Center $ Sachse Dispatch Center $ Garland Power & Light Dispatch Center $ Garland ISD Dispatch Center Table 13.2.13B – Individual Seat License Costs Dispatch Center Individual Seat License Costs $ Garland Dispatch Center $ Mesquite Dispatch Center $ Rowlett Dispatch Center $ Sachse Dispatch Center $ Garland Power & Light Dispatch Center $ Garland ISD Dispatch Center

RCC CONSULTANTS, INC. 30

PAGE 286 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

13.2.14

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Fire Station Alerting Systems

Requirements for the FSA Systems are detailed in Section 6 of this RFP. Proposers are requested to provide an itemized list of the different components required for each of the dispatch centers and fire stations with associated pricing. Table A below requests pricing for one (1) dispatch center and Table B requests that proposers provide itemized pricing for one (1) fire station. Proposers shall collect as much information as necessary to customize this pricing for the different Fire Department and Fire Dispatch operations as necessary. Table 13.2.14A –Dispatch Center FSA Equipment Equipment Description

Qty

Unit Cost

Total Cost

Fire Station Alerting System Package

1

$

$

CAD System Interface

1

$

$

Back-up Signaling Equipment

1

$

$

Other FSA Dispatch Equipment Requirements – Provide Detailed Description

1

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Dispatch FSA Equipment

1

$

$

Total Proposed Costs for FSA Equipment at ONE Dispatch Center $

Table 13.2.14B –Fire Station FSA Equipment Equipment Description

Qty

Unit Cost

Total Cost

Fire Station Alerting - Fire Station Package

1

$

$

Network Interface Equipment – Primary Signaling

1

$

$

RF Control Station (With Antenna System) – Secondary Signaling

1

$

$

Other FSA Fire Station Equipment Requirements – Provide Detailed Description

1

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Fire Station FSA Equipment

1

$

$

Total Proposed Costs for FSA Equipment at ONE Fire Station $

RCC CONSULTANTS, INC. 30

PAGE 287 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.2.14C – Total FSA System Costs per Agency Agency Total Costs City of Garland (Main & Back-up Dispatch Centers and 11 Fire $ Stations City of Mesquite (Main & Back-up Dispatch Centers and 7 Fire $ Stations City of Rowlett (Primary Dispatch Center and 4 Fire Stations)

$

City of Sachse (Primary Dispatch Center and 2 Fire Stations)

$

Fire Station Sound Systems Proposers are requested to evaluate each of the existing fire station sound systems and make recommendations for any upgrades or replacements. Proposers shall evaluate the amplifiers, speakers, interfaces to other systems such as the telephone paging systems, message boards, lighting system activation equipment, etc. Proposer’s are asked to complete the following table for each Fire Station evaluated: Table 13.2.14D – Fire Station Sound System Cost Estimate Station Equipment Total Costs Audio amplifier equipment (include a description of the amplifier $ equipment proposed) Living quarters speakers and wiring

$

Apparatus Bay speakers and wiring

$

Outdoor speakers and wiring

$

Misc. installation materials

$

Installation labor

$

Fire Station Total

$

13.2.15

Interoperability and Mutual Aid Radio Equipment

Actual quantities of this equipment shall be provided in accordance with the Proposer’s plan to achieve the interoperability requirements for each of the agencies as described in Section 6 of this RFP. Table 13.2.15A –Interoperability and Mutual Aid Equipment Equipment Description

Qty

Unit Cost

Total Cost

800 MHz Mutual Aid Conventional Repeaters with Antenna Systems

$

$

700 MHz Mutual Aid Conventional Repeaters with Antenna Systems

$

$

RCC CONSULTANTS, INC. 30

PAGE 288 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.2.15A –Interoperability and Mutual Aid Equipment Equipment Description

Qty

Unit Cost

Total Cost

VHF Control Station Radio with Antenna System

$

$

UHF Control Station Radio with Antenna System

$

$

Services: Installation, Project Management, Engineering, Optimization, Programming, and other Services Related to Interoperability and Mutual Aid Equipment

$

$

Total Proposed Costs for Interoperability and Mutual Aid Equipment $

13.2.16

Recommended Spares for Infrastructure Equipment

Please list and price Proposer-recommended spare equipment separately so that the Cities understand the extent of spare equipment contained in the system. The Cities recognizes that spares are required for proper warranty service and ongoing maintenance of the system. Sufficient spares must be provided such that the required “service response times” for restoring outages are met. Please provide spares even for equipment that is proposed with redundant component. Table 13.2.16 – Recommended Spares for Infrastructure Equipment Spare Equipment Description

RCC CONSULTANTS, INC. 30

Qty

Unit Cost

Total Cost

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

PAGE 289 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.2.16 – Recommended Spares for Infrastructure Equipment Spare Equipment Description

Qty

Unit Cost

Total Cost

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Total Proposed Costs for Recommended Spare Equipment $

13.2.17

Recommended Test Equipment

Please list and price Proposer-recommended test equipment that will be required to service the system. Include all equipment such as service monitors configured to fully optimize and troubleshoot equipment included in the Proposer’s system solution. Include any recommended software that may be required and any RF test equipment that may be required. Table 13.2.17 – Recommended Test Equipment Test Equipment Description

RCC CONSULTANTS, INC. 30

Qty

Unit Cost

Total Cost

$

$

$

$

$

$

$

$

$

$

$

$

PAGE 290 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.2.17 – Recommended Test Equipment Test Equipment Description

Qty

Unit Cost

Total Cost

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Total Proposed Costs for Recommended Test Equipment $

13.3 Price Worksheets – User Radio Equipment The following tables have been developed that list the quantities of user radios that will be required. For informational purposes, Proposers shall complete Tables 13.3A through 13.3X that show the individual costs for the different types of radios that will be provided for a single unit. If a particular feature is not provided under a certain tier of radio, Proposers shall state “NA” in the Total Cost column for that feature. Following these tables will be individual pricing tables that will be completed that show pricing for the type of radio proposed for each agency.

RCC CONSULTANTS, INC. 30

PAGE 291 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3A – TOP Tier Digital Mobile (For Informational Purposes) Description, Feature, Functionality Requirements Qty Total Cost $ Digital Project 25 700/800MHz Mobile Radio 1 $ Dash Mount 1 $ Trunk Mount 1 $ Motorcycle 1 $ Dual Control Head 1 $ Dual Band (700/800, VHF) 1 $ 1500 Modes Minimum (trunked and conventional) 1 $ Alphanumeric Display 1 $ Full Keypad 1 $ Partial Keypad 1 $ PTT-ID 1 $ Emergency Alert 1 $ Priority Scan 1 $ Individual Call and Call Alert 1 $ GPS Location 1 $ Text Messaging 1 $ AES Single-key Voice Encryption 1 $ AES Multikey Voice Encryption 1 $ AES Over The Air Rekeying (OTAR) 1 $ Over The Air Programming (Include License Cost) 1 $ External Relay Control 1 $ External Speaker 1 $ Mobile Installation & Programming 1 Table 13.3B – High Tier Digital Mobile (For Informational Purposes) Description, Feature, Functionality Requirements Qty Total Cost $ Digital Project 25 700/800MHz Mobile Radio 1 $ Dash Mount 1 $ Trunk Mount 1 $ Motorcycle 1 $ Dual Control Head 1 $ Dual Band (700/800, VHF) 1 $ 1000 Modes Minimum (trunked and conventional) 1 $ Alphanumeric Display 1 $ Full Keypad 1 $ Partial Keypad 1 $ PTT-ID 1 $ Emergency Alert 1 $ Priority Scan 1 $ Individual Call and Call Alert 1 $ GPS Location 1 $ Text Messaging 1 $ AES Single-key Voice Encryption 1 $ AES Multikey Voice Encryption 1 $ AES Over The Air Rekeying (OTAR) 1 $ Over The Air Programming (Include License Cost) 1

RCC CONSULTANTS, INC. 30

PAGE 292 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

External Relay Control External Speaker Mobile Installation & Programming

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

1 1 1

$ $ $

Table 13.3C – Mid Tier Digital Mobile (For Informational Purposes) Description, Feature, Functionality Requirements Qty Total Cost $ Digital Project 25 700/800MHz Mobile Radio 1 $ Dash Mount 1 $ Trunk Mount 1 $ Motorcycle 1 $ Dual Control Head 1 $ Dual Band (700/800, VHF) 1 $ 500 Modes Minimum (trunked and conventional) 1 $ Alphanumeric Display 1 $ Full Keypad 1 $ Partial Keypad 1 $ PTT-ID 1 $ Emergency Alert 1 $ Priority Scan 1 $ Individual Call and Call Alert 1 $ GPS Location 1 $ Text Messaging 1 $ AES Single-key Voice Encryption 1 $ AES Multikey Voice Encryption 1 $ AES Over The Air Rekeying (OTAR) 1 $ Over The Air Programming (Include License Cost) 1 $ External Relay Control 1 $ External Speaker 1 $ Mobile Installation & Programming 1 Table 13.3D – Basic Tier Digital Mobile (For Informational Purposes) Description, Feature, Functionality Requirements Qty Total Cost $ Digital Project 25 700/800MHz Mobile Radio 1 $ Dash Mount 1 $ Trunk Mount 1 $ Motorcycle 1 $ Dual Control Head 1 $ Dual Band (700/800, VHF) 1 $ 100 Modes Minimum (trunked and conventional) 1 $ Alphanumeric Display 1 $ Full Keypad 1 $ Partial Keypad 1 $ PTT-ID 1 $ Emergency Alert 1 $ Priority Scan 1 $ Individual Call and Call Alert 1 $ GPS Location 1

RCC CONSULTANTS, INC. 30

PAGE 293 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3D – Basic Tier Digital Mobile (For Informational Purposes) Description, Feature, Functionality Requirements Qty Total Cost $ Text Messaging 1 $ AES Single-key Voice Encryption 1 $ AES Multikey Voice Encryption 1 $ AES Over The Air Rekeying (OTAR) 1 $ Over The Air Programming (Include License Cost) 1 $ External Relay Control 1 $ External Speaker 1 $ Mobile Installation & Programming 1 Table 13.3E – TOP Tier Digital Portable (For Informational Purposes) Description, Feature, Functionality Requirements Qty Total Cost $ Digital Project 25 700/800MHz Portable Radio 1 $ 1500 Modes Minimum (trunked and conventional) 1 $ Dual Band (700/800, VHF) 1 $ Alphanumeric Display 1 $ Full Keypad 1 $ Partial Keypad 1 $ PTT-ID 1 $ Emergency Alert 1 $ Priority Scan 1 $ Individual Call and Call Alert 1 $ GPS Location 1 $ Text Messaging 1 $ Channel Announcement 1 $ AES Single-key Voice Encryption 1 $ AES Multikey Voice Encryption 1 $ AES Over The Air Rekeying (OTAR) 1 $ Over The Air Programming (Include License Cost) 1 $ Intrinsically Safe 1 $ Ruggedized (not yellow) 1 $ Ruggedized (yellow) 1 $ Single Unit Charger 1-Hour 1 $ Vehicular Charger 1 $ Multi-Unit Charger 1 $ Battery Conditioner 1 $ Speaker Microphone (no antenna) 1 $ Spare Batteries 1 $ Leather Carrying Case 1 $ Bluetooth Interface 1 Programming 1 Table 13.3F – High Tier Digital Portable (For Informational Purposes) Description, Feature, Functionality Requirements Qty Total Cost $ Digital Project 25 700/800MHz Portable Radio 1 $ 1000 Modes Minimum (trunked and conventional) 1

RCC CONSULTANTS, INC. 30

PAGE 294 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3F – High Tier Digital Portable (For Informational Purposes) Description, Feature, Functionality Requirements Qty Total Cost $ Dual Band (700/800, VHF) 1 $ Alphanumeric Display 1 $ Full Keypad 1 $ Partial Keypad 1 $ PTT-ID 1 $ Emergency Alert 1 $ Priority Scan 1 $ Individual Call and Call Alert 1 $ GPS Location 1 $ Text Messaging 1 $ Channel Announcement 1 $ AES Single-key Voice Encryption 1 $ AES Multikey Voice Encryption 1 $ AES Over The Air Rekeying (OTAR) 1 $ Over The Air Programming (Include License Cost) 1 $ Intrinsically Safe 1 $ Ruggedized (not yellow) 1 $ Ruggedized (yellow) 1 $ Single Unit Charger 1-Hour 1 $ Vehicular Charger 1 $ Multi-Unit Charger 1 $ Battery Conditioner 1 $ Speaker Microphone (no antenna) 1 $ Spare Batteries 1 $ Leather Carrying Case 1 $ Bluetooth Interface 1 Programming 1 Table 13.3G – Mid Tier Digital Portable (For Informational Purposes) Description, Feature, Functionality Requirements Qty Total Cost $ Digital Project 25 700/800MHz Portable Radio 1 $ 500 Modes Minimum (trunked and conventional) 1 $ Dual Band (700/800, VHF) 1 $ Alphanumeric Display 1 $ Full Keypad 1 $ Partial Keypad 1 $ PTT-ID 1 $ Emergency Alert 1 $ Priority Scan 1 $ Individual Call and Call Alert 1 $ GPS Location 1 $ Text Messaging 1 $ Channel Announcement 1 $ AES Single-key Voice Encryption 1 $ AES Multikey Voice Encryption 1 $ AES Over The Air Rekeying (OTAR) 1

RCC CONSULTANTS, INC. 30

PAGE 295 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3G – Mid Tier Digital Portable (For Informational Purposes) Description, Feature, Functionality Requirements Qty Total Cost $ Over The Air Programming (Include License Cost) 1 $ Intrinsically Safe 1 $ Ruggedized (not yellow) 1 $ Ruggedized (yellow) 1 $ Single Unit Charger 1-Hour 1 $ Vehicular Charger 1 $ Multi-Unit Charger 1 $ Battery Conditioner 1 $ Speaker Microphone (no antenna) 1 $ Spare Batteries 1 $ Leather Carrying Case 1 $ Bluetooth Interface 1 Programming 1 Table 13.3H – Basic Tier Digital Portable (For Informational Purposes) Description, Feature, Functionality Requirements Qty Total Cost $ Digital Project 25 700/800MHz Portable Radio 1 $ 100 Modes Minimum (trunked and conventional) 1 $ Dual Band (700/800, VHF) 1 $ Alphanumeric Display 1 $ Full Keypad 1 $ Partial Keypad 1 $ PTT-ID 1 $ Emergency Alert 1 $ Priority Scan 1 $ Individual Call and Call Alert 1 $ GPS Location 1 $ Text Messaging 1 $ Channel Announcement 1 $ AES Single-key Voice Encryption 1 $ AES Multikey Voice Encryption 1 $ AES Over The Air Rekeying (OTAR) 1 $ Over The Air Programming (Include License Cost) 1 $ Intrinsically Safe 1 $ Ruggedized (not yellow) 1 $ Ruggedized (yellow) 1 $ Single Unit Charger 1-Hour 1 $ Vehicular Charger 1 $ Multi-Unit Charger 1 $ Battery Conditioner 1 $ Speaker Microphone (no antenna) 1 $ Spare Batteries 1 $ Leather Carrying Case 1 $ Bluetooth Interface 1 Programming 1

RCC CONSULTANTS, INC. 30

PAGE 296 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

13.3.1

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Garland Police Department

Table 13.3.1A – Garland PD Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Mobile Radio (High Tier) 210 $ Trunk Mount 205 $ $ Motorcycle 5 1000 Modes Minimum (trunked and conventional) 210 $ Alphanumeric Display 210 $ Partial Keypad 210 $ PTT-ID 210 $ Emergency Alert 210 $ Priority Scan 210 $ Individual Call and Call Alert 210 $ GPS Location 210 $ Text Messaging 210 $ AES Multikey Voice Encryption 210 $ AES Over The Air Rekeying (OTAR) 210 $ Over The Air Programming (Include License Cost) 210 $ External Relay Control 210 $ External Speaker 210 $ Mobile Installation & Programming 184 $ Total Cost for Garland PD Mobiles Table 13.3.1B – Garland PD Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (High 441 $ Tier) 1000 Modes Minimum (trunked and conventional) 441 $ Alphanumeric Display 441 $ Full Keypad 44 $ Partial Keypad 397 $ PTT-ID 441 $ Emergency Alert 441 $ Priority Scan 441 $ Individual Call and Call Alert 441 $ GPS Location 441 $ Text Messaging 441 $ Channel Announcement 441 $ AES Multikey Voice Encryption 441 $ AES Over The Air Rekeying (OTAR) 441 $ Over The Air Programming (Include License Cost) 441 $ Intrinsically Safe 441 $ Ruggedized 441 $ Single Unit Charger 1-Hour 441 $ Vehicular Charger 44 $ Multi-Unit Charger 10 $ $ Battery Conditioner 5

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

PAGE 297 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.1B – Garland PD Portables Description, Feature, Functionality Requirements Qty Unit Cost Speaker Microphone (no antenna) 441 $ Spare Batteries 441 $ Leather Carrying Case 441 $ Bluetooth Interface 441 $ Programming 441 Total Cost for Garland PD Portables

$ $ $ $

Table 13.3.1C – Garland PD Control Stations Description, Feature, Functionality Requirements Qty Unit Cost $ Total Control Stations 12 Consolette Configuration 12 $ Antenna System 12 $ Number of Remote Controls 12 $ 200 Modes Minimum (trunked and conventional) 12 $ Alphanumeric Display 12 $ Full Keypad 12 $ Partial Keypad 12 $ PTT-ID 12 $ Emergency Alert 12 $ Priority Scan 12 $ Individual Call and Call Alert 12 $ AES Single-key Voice Encryption 12 $ AES Multikey Voice Encryption 12 $ AES Over The Air Rekeying (OTAR) 12 $ Over The Air Programming (Include License Cost) 12 $ Installation and Programming 12 Total Cost for Garland PD Control Stations

$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

13.3.2

$

Total Cost

$

Garland Fire Department

Table 13.3.2A – Garland FD Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Mobile Radio (High Tier) 90 $ Trunk Mount 90 $ 200 Modes Minimum (trunked and conventional) 90 $ Alphanumeric Display 90 $ Partial Keypad 90 $ PTT-ID 90 $ Emergency Alert 90 $ Priority Scan 90 $ Individual Call and Call Alert 90 $ GPS Location 90 $ AES Multikey Voice Encryption 90 $ AES Over The Air Rekeying (OTAR) 90 $ Over The Air Programming (Include License Cost) 90 $

RCC CONSULTANTS, INC. 30

Total Cost

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $

PAGE 298 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

External Relay Control External Speaker Mobile Installation and Programming

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

90 $ 90 $ 81 $ Total Cost for Garland FD Mobiles

$ $ $ $

Table 13.3.2B – Garland FD Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio 195 $ 1000 Modes Minimum (trunked and conventional) 195 $ Alphanumeric Display 195 $ Full Keypad 20 $ Partial Keypad 175 $ PTT-ID 195 $ Emergency Alert 195 $ Priority Scan 195 $ Individual Call and Call Alert 195 $ GPS Location 195 $ Text Messaging 195 $ Channel Announcement 195 $ AES Single-key Voice Encryption 195 $ AES Multikey Voice Encryption 195 $ AES Over The Air Rekeying (OTAR) 195 $ Over The Air Programming (Include License Cost) 195 $ Intrinsically Safe 195 $ Ruggedized (not yellow) 20 $ Ruggedized (yellow) 195 $ Single Unit Charger 1-Hour 195 $ Vehicular Charger 20 $ Multi-Unit Charger 14 $ Battery Conditioner 12 $ Speaker Microphone (no antenna) 195 $ Spare Batteries 195 $ Leather Carrying Case 195 $ Bluetooth Interface 195 $ SCBA Portable Radio Interface 195 $ Programming 185 $ Total Cost for Garland FD Portables

$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Table 13.3.2B – Garland FD Control Stations Description, Feature, Functionality Requirements Qty Unit Cost Total Control Stations 15 $ Consolette Configuration 15 $ Antenna System 15 $ 200 Modes Minimum (trunked and conventional) 15 $ Alphanumeric Display 15 $ Partial Keypad 15 $ PTT-ID 15 $

$ $ $ $ $ $ $

RCC CONSULTANTS, INC. 30

Total Cost

Total Cost

PAGE 299 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.2B – Garland FD Control Stations Description, Feature, Functionality Requirements Qty Unit Cost Emergency Alert 15 $ Priority Scan 15 $ Individual Call and Call Alert 15 $ Text Messaging 15 $ AES Multikey Voice Encryption 15 $ AES Over The Air Rekeying (OTAR) 15 $ Over The Air Programming (Include License Cost) 15 $ Installation and Programming 15 $ Total Cost for Garland FD Control Stations

13.3.3

Total Cost $ $ $ $ $ $ $ $ $

Garland Marshal’s Office

Table 13.3.3A – Garland Marshal’s Office Mobiles Description, Feature, Functionality Requirements Qty Unit Cost $ Digital Project 25 700/800MHz Mobile Radio (Mid Tier) 5 $ Trunk Mount 5 $ 500 Modes Minimum (trunked and conventional) 5 $ Alphanumeric Display 5 $ Partial Keypad 5 $ PTT-ID 5 $ Emergency Alert 5 $ Priority Scan 5 $ Individual Call and Call Alert 5 $ GPS Location 5 $ AES Multikey Voice Encryption 5 $ AES Over The Air Rekeying (OTAR) 5 $ Over The Air Programming (Include License Cost) 5 $ External Relay Control 5 $ External Speaker 5 $ Mobile Installation & Programming 5 Total Cost for Garland Marshal’s Office Mobiles

$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Table 13.3.3B – Garland Marshal’s Office Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (Mid Tier) 12 $ 500 Modes Minimum (trunked and conventional) 12 $ Alphanumeric Display 12 $ Partial Keypad 12 $ PTT-ID 12 $ Emergency Alert 12 $ Priority Scan 12 $ Individual Call and Call Alert 12 $ GPS Location 12 $ Text Messaging 12 $ Channel Announcement 12 $

$ $ $ $ $ $ $ $ $ $ $

RCC CONSULTANTS, INC. 30

Total Cost

Total Cost

PAGE 300 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.3B – Garland Marshal’s Office Portables Description, Feature, Functionality Requirements Qty Unit Cost AES Multikey Voice Encryption 12 $ AES Over The Air Rekeying (OTAR) 12 $ Over The Air Programming (Include License Cost) 12 $ Ruggedized (not yellow) 12 $ Single Unit Charger 1-Hour 12 $ Vehicular Charger 12 $ $ Multi-Unit Charger 1 $ Battery Conditioner 1 Speaker Microphone (no antenna) 12 $ Spare Batteries 12 $ Leather Carrying Case 12 $ Bluetooth Interface 12 $ Programming 12 $ Total Cost for Garland Marshal’s Office Portables 13.3.4

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $

Garland Emergency Management Office

Table 13.3.4A – Garland Emergency Management Office Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Total Cost $ $ Digital Project 25 700/800MHz Mobile Radio (High Tier) 3 $ $ Trunk Mount 3 $ $ 1000 Modes Minimum (trunked and conventional) 3 $ $ Alphanumeric Display 3 $ $ Partial Keypad 3 $ $ PTT-ID 3 $ $ Emergency Alert 3 $ $ Priority Scan 3 $ $ Individual Call and Call Alert 3 $ $ GPS Location 3 $ $ Text Messaging 3 $ $ AES Multikey Voice Encryption 3 $ $ AES Over The Air Rekeying (OTAR) 3 $ $ Over The Air Programming (Include License Cost) 3 $ $ External Relay Control 3 $ $ External Speaker 3 $ $ Mobile Installation and Programming 3 Total Cost for Garland Emergency Management Office Mobiles $ Table 13.3.4B – Garland Emergency Management Office Portables Description, Feature, Functionality Requirements Qty Unit Cost Total Cost Digital Project 25 700/800MHz Portable Radio (High $ $ 4 Tier) $ $ 1000 Modes Minimum (trunked and conventional) 4 $ $ Alphanumeric Display 4 $ $ Full Keypad 4

RCC CONSULTANTS, INC. 30

PAGE 301 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.4B – Garland Emergency Management Office Portables Description, Feature, Functionality Requirements Qty Unit Cost Total Cost $ $ PTT-ID 4 $ $ Emergency Alert 4 $ $ Priority Scan 4 $ $ Individual Call and Call Alert 4 $ $ GPS Location 4 $ $ Text Messaging 4 $ $ Channel Announcement 4 $ $ AES Single-key Voice Encryption 4 $ $ AES Multikey Voice Encryption 4 $ $ AES Over The Air Rekeying (OTAR) 4 $ $ Over The Air Programming (Include License Cost) 4 $ $ Intrinsically Safe 4 $ $ Ruggedized (not yellow) 4 $ $ Single Unit Charger 1-Hour 4 $ $ Vehicular Charger 4 $ $ Speaker Microphone (no antenna) 4 $ $ Spare Batteries 4 $ $ Leather Carrying Case 4 $ $ Bluetooth Interface 4 $ $ Programming 4 Total Cost for Garland Emergency Management Office Portables $ Table 13.3.4C – Garland Emergency Management Office Control Stations Description, Feature, Functionality Requirements Qty Unit Cost Total Cost $ $ Total Control Stations 1 $ $ Consolette Configuration 1 $ $ Antenna System 1 $ $ 200 Modes Minimum (trunked and conventional) 1 $ $ Alphanumeric Display 1 $ $ Partial Keypad 1 $ $ PTT-ID 1 $ $ Emergency Alert 1 $ $ Priority Scan 1 $ $ Individual Call and Call Alert 1 $ $ Text Messaging 1 $ $ AES Multikey Voice Encryption 1 $ $ AES Over The Air Rekeying (OTAR) 1 $ $ Over The Air Programming (Include License Cost) 1 $ $ Installation and Programming 1 Total Cost for Garland Emergency Management Office Control Stations $ 13.3.5

Garland Health Department

Table 13.3.5A – Garland Health Department Mobiles Description, Feature, Functionality Requirements Qty Unit Cost $ Digital Project 25 700/800MHz Mobile Radio (High Tier) 2

RCC CONSULTANTS, INC. 30

Total Cost $

PAGE 302 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.5A – Garland Health Department Mobiles Description, Feature, Functionality Requirements Qty Unit Cost $ Trunk Mount 2 $ Dual Band (700/800, VHF) 2 $ 1000 Modes Minimum (trunked and conventional) 2 $ Alphanumeric Display 2 $ Full Keypad 2 $ PTT-ID 2 $ Emergency Alert 2 $ Priority Scan 2 $ Individual Call and Call Alert 2 $ GPS Location 2 $ Text Messaging 2 $ AES Multikey Voice Encryption 2 $ AES Over The Air Rekeying (OTAR) 2 $ Over The Air Programming (Include License Cost) 2 $ External Relay Control 2 $ External Speaker 2 $ Mobile Installation and Programming 2 Total Cost for Garland Health Department Mobiles Table 13.3.5B – Garland Health Department Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (High 15 $ Tier) 1000 Modes Minimum (trunked and conventional) 15 $ Dual Band (700/800, VHF) 15 $ Alphanumeric Display 15 $ Full Keypad 15 $ PTT-ID 15 $ Emergency Alert 15 $ Priority Scan 15 $ Individual Call and Call Alert 15 $ GPS Location 15 $ Text Messaging 15 $ Channel Announcement 15 $ AES Multikey Voice Encryption 15 $ AES Over The Air Rekeying (OTAR) 15 $ Over The Air Programming (Include License Cost) 15 $ Intrinsically Safe 15 $ Ruggedized (not yellow) 15 $ Single Unit Charger 1-Hour 15 $ Vehicular Charger 15 $ $ Multi-Unit Charger 1 $ Battery Conditioner 1 Speaker Microphone (no antenna) 15 $ Spare Batteries 15 $ Leather Carrying Case 15 $

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

PAGE 303 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.5B – Garland Health Department Portables Description, Feature, Functionality Requirements Qty Unit Cost Total Cost $ Bluetooth Interface 15 $ $ Programming 15 $ Total Cost for Garland Health Department Portables $ Table 13.3.5C – Garland Health Department Control Stations Description, Feature, Functionality Requirements Qty Unit Cost Total Cost $ $ Total Control Stations 1 $ $ Consolette Configuration 1 $ $ Antenna System 1 $ $ 200 Modes Minimum (trunked and conventional) 1 $ $ Alphanumeric Display 1 $ $ Partial Keypad 1 $ $ PTT-ID 1 $ $ Emergency Alert 1 $ $ Priority Scan 1 $ $ Individual Call and Call Alert 1 $ $ Text Messaging 1 $ $ AES Multikey Voice Encryption 1 $ $ AES Over The Air Rekeying (OTAR) 1 $ $ Over The Air Programming (Include License Cost) 1 $ $ Installation and Programming 1 Total Cost for Garland Health Department Control Stations $

13.3.6

Garland Animal Services

Table 13.3.6A – Garland Animal Services Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Mobile Radio (Mid Tier) 12 $ Trunk Mount 12 $ 500 Modes Minimum (trunked and conventional) 12 $ Alphanumeric Display 12 $ Partial Keypad 12 $ PTT-ID 12 $ Emergency Alert 12 $ Priority Scan 12 $ Individual Call and Call Alert 12 $ GPS Location 12 $ Text Messaging 12 $ AES Multikey Voice Encryption 12 $ AES Over The Air Rekeying (OTAR) 12 $ Over The Air Programming (Include License Cost) 12 $ External Relay Control 12 $ External Speaker 12 $ Mobile Installation and Programming 12 $ Total Cost for Garland Animal Services Mobiles

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

PAGE 304 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.6B – Garland Animal Services Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (Mid Tier) 20 $ 500 Modes Minimum (trunked and conventional) 20 $ Alphanumeric Display 20 $ Partial Keypad 20 $ PTT-ID 20 $ Emergency Alert 20 $ Priority Scan 20 $ Individual Call and Call Alert 20 $ GPS Location 20 $ Text Messaging 20 $ Over The Air Programming (Include License Cost) 20 $ Intrinsically Safe 20 $ Ruggedized (not yellow) 20 $ Single Unit Charger 1-Hour 20 $ $ Multi-Unit Charger 1 $ Battery Conditioner 1 Speaker Microphone (no antenna) 20 $ Spare Batteries 20 $ Leather Carrying Case 20 $ Bluetooth Interface 20 $ Programming 20 $ Total Cost for Garland Animal Services Portables

$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Table 13.3.6C – Garland Animal Services Control Stations Description, Feature, Functionality Requirements Qty Unit Cost $ Total Control Stations 1 $ Consolette Configuration 1 $ Antenna System 1 $ Number of Remote Controls 2 $ 200 Modes Minimum (trunked and conventional) 1 $ Alphanumeric Display 1 $ Partial Keypad 1 $ PTT-ID 1 $ Emergency Alert 1 $ Priority Scan 1 $ Individual Call and Call Alert 1 $ Over The Air Programming (Include License Cost) 1 $ Installation and Programming 1 Total Cost for Garland Animal Services Control Stations

$ $ $ $ $ $ $ $ $ $ $ $ $ $

RCC CONSULTANTS, INC. 30

Total Cost

Total Cost

PAGE 305 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

13.3.7

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Garland Power & Light

Table 13.3.7A – Garland Power & Light Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Mobile Radio (Mid Tier) 114 $ Dash Mount 57 $ Trunk Mount 57 $ 500 Modes Minimum (trunked and conventional) 114 $ Alphanumeric Display 114 $ Partial Keypad 114 $ PTT-ID 114 $ Emergency Alert 114 $ Priority Scan 114 $ Individual Call and Call Alert 114 $ GPS Location 114 $ Text Messaging 114 $ AES Multikey Voice Encryption 114 $ AES Over The Air Rekeying (OTAR) 114 $ Over The Air Programming (Include License Cost) 114 $ External Relay Control 114 $ External Speaker 114 $ Mobile Installation and Programming 114 $ Total Cost for Garland Power & Light Mobiles

$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Table 13.3.7B – Garland Power & Light Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (Mid Tier) 137 $ 500 Modes Minimum (trunked and conventional) 137 $ Alphanumeric Display 137 $ Partial Keypad 137 $ PTT-ID 137 $ Emergency Alert 137 $ Priority Scan 137 $ Individual Call and Call Alert 137 $ GPS Location 137 $ Text Messaging 137 $ AES Multikey Voice Encryption 137 $ AES Over The Air Rekeying (OTAR) 137 $ Over The Air Programming (Include License Cost) 137 $ Intrinsically Safe 137 $ Ruggedized (not yellow) 137 $ Ruggedized (yellow) 137 $ Single Unit Charger 1-Hour 137 $ $ Multi-Unit Charger 5 $ Battery Conditioner 5 Speaker Microphone (no antenna) 137 $ Spare Batteries 137 $ Leather Carrying Case 137 $

$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

RCC CONSULTANTS, INC. 30

Total Cost

Total Cost

PAGE 306 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.7B – Garland Power & Light Portables Description, Feature, Functionality Requirements Qty Unit Cost Total Cost $ Bluetooth Interface 137 $ $ Programming 137 $ Total Cost for Garland Power & Light Portables $ Table 13.3.7C – Garland Power & Light Control Stations Description, Feature, Functionality Requirements Qty Unit Cost Total Control Stations 11 $ $ Consolette Configuration 8 Antenna System 11 $ $ Number of Remote Controls 4 200 Modes Minimum (trunked and conventional) 11 $ Alphanumeric Display 11 $ Partial Keypad 11 $ PTT-ID 11 $ Emergency Alert 11 $ Priority Scan 11 $ Individual Call and Call Alert 11 $ Text Messaging 11 $ Over The Air Programming (Include License Cost) 11 $ External Speaker 11 $ Installation and Programming 11 $ Total Cost for Garland Power & Light Control Stations

13.3.8

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Garland Public Works Departments

The following quantities of radios are consolidated to include the following departments: a) b) c) d) e) f) g) h) i) j) k)

Streets and Storm Water Information Technology Department Facilities Management Parks and Recreation Department Fleet Services Department Transportation Department Environmental Waste - Service Delivery Engineering Department Water Department Environmental Waste – Disposal / Landfill Customer Service Department

Table 13.3.8A – Garland Public Works Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Mobile Radio (Basic Tier) 360 $ Dash Mount 360 $ 100 Modes Minimum (trunked and conventional) 360 $ Alphanumeric Display 360 $

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $

PAGE 307 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.8A – Garland Public Works Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Partial Keypad 360 $ PTT-ID 360 $ Emergency Alert 360 $ Priority Scan 360 $ Individual Call and Call Alert 360 $ GPS Location 360 $ Text Messaging 360 $ Over The Air Programming (Include License Cost) 360 $ External Relay Control 360 $ External Speaker 360 $ Mobile Installation and Programming 360 $ Total Cost for Garland Public Works Mobiles Table 13.3.8B – Garland Public Works Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (Basic 150 $ Tier) 100 Modes Minimum (trunked and conventional) 150 $ Alphanumeric Display 150 $ Full Keypad 150 $ Partial Keypad 150 $ PTT-ID 150 $ Emergency Alert 150 $ Priority Scan 150 $ Individual Call and Call Alert 150 $ GPS Location 150 $ Text Messaging 150 $ Over The Air Programming (Include License Cost) 150 $ Single Unit Charger 1-Hour 150 $ Vehicular Charger 150 $ Multi-Unit Charger 10 $ Battery Conditioner 10 $ Speaker Microphone (no antenna) 150 $ Spare Batteries 150 $ Leather Carrying Case 150 $ Programming 150 $ Total Cost for Garland Public Works Portables Table 13.3.8C – Garland Public Works Control Stations Description, Feature, Functionality Requirements Qty Unit Cost $ Total Control Stations 8 $ Consolette Configuration 4 $ Desktop Radio Configuration 4 $ Antenna System 8 $ Number of Remote Controls 9

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $

PAGE 308 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.8C – Garland Public Works Control Stations Description, Feature, Functionality Requirements Qty Unit Cost $ 200 Modes Minimum (trunked and conventional) 8 $ Alphanumeric Display 8 $ Partial Keypad 8 $ PTT-ID 8 $ Emergency Alert 8 $ Priority Scan 8 $ Individual Call and Call Alert 8 $ Text Messaging 8 $ Over The Air Programming (Include License Cost) 8 $ External Speaker 4 $ Installation and Programming 8 Total Cost for Garland Public Works Control Stations 13.3.9

$ $ $ $ $ $ $ $ $ $ $ $

Mesquite Police Department

Table 13.3.9A – Mesquite PD Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Mobile Radio (High Tier) 245 $ Trunk Mount 240 $ $ Motorcycle 5 $ Dual Band (700/800, VHF) 3 1000 Modes Minimum (trunked and conventional) 245 $ Alphanumeric Display 245 $ Full Keypad 25 $ Partial Keypad 220 $ PTT-ID 245 $ Emergency Alert 245 $ Priority Scan 245 $ Individual Call and Call Alert 245 $ GPS Location 245 $ Text Messaging 245 $ AES Multikey Voice Encryption 245 $ AES Over The Air Rekeying (OTAR) 245 $ Over The Air Programming (Include License Cost) 245 $ External Relay Control 245 $ External Speaker 245 $ Mobile Installation and Programming 235 $ Total Cost for Mesquite PD Mobiles Table 13.3.9B – Mesquite PD Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (High 285 $ Tier) 1000 Modes Minimum (trunked and conventional) 285 $ Alphanumeric Display 285 $

RCC CONSULTANTS, INC. 30

Total Cost

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $

PAGE 309 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.9B – Mesquite PD Portables Description, Feature, Functionality Requirements Qty Unit Cost Full Keypad 35 $ Partial Keypad 250 $ PTT-ID 285 $ Emergency Alert 285 $ Priority Scan 285 $ Individual Call and Call Alert 285 $ GPS Location 285 $ Text Messaging 285 $ Channel Announcement 285 $ AES Multikey Voice Encryption 285 $ AES Over The Air Rekeying (OTAR) 285 $ Over The Air Programming (Include License Cost) 285 $ Intrinsically Safe 285 $ Ruggedized (not yellow) 285 $ Single Unit Charger 1-Hour 285 $ Vehicular Charger 10 $ Multi-Unit Charger 10 $ Battery Conditioner 27 $ Speaker Microphone (no antenna) 285 $ Spare Batteries 285 $ Leather Carrying Case 285 $ Bluetooth Interface 285 $ Programming 285 $ Total Cost for Mesquite PD Portables Table 13.3.9B – Mesquite PD Control Stations Description, Feature, Functionality Requirements Qty Unit Cost $ Total Control Stations 8 $ Consolette Configuration 8 $ Antenna System 8 $ 200 Modes Minimum (trunked and conventional) 8 $ Alphanumeric Display 8 $ Partial Keypad 8 $ PTT-ID 8 $ Emergency Alert 8 $ Priority Scan 8 $ Individual Call and Call Alert 8 $ Text Messaging 8 $ AES Multikey Voice Encryption 8 $ AES Over The Air Rekeying (OTAR) 8 $ Over The Air Programming (Include License Cost) 8 $ External Speaker 8 $ Installation and Programming 8 Total Cost for Mesquite PD Control Stations

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

PAGE 310 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

13.3.10

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Mesquite Fire Department

Table 13.3.10A – Mesquite FD Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Mobile Radio (High Tier) 70 $ Trunk Mount 70 $ 1000 Modes Minimum (trunked and conventional) 70 $ Alphanumeric Display 70 $ Partial Keypad 70 $ PTT-ID 70 $ Emergency Alert 70 $ Priority Scan 70 $ Individual Call and Call Alert 70 $ GPS Location 70 $ Text Messaging 70 $ AES Multikey Voice Encryption 70 $ AES Over The Air Rekeying (OTAR) 70 $ Over The Air Programming (Include License Cost) 70 $ External Relay Control 70 $ External Speaker 70 $ Mobile Installation and Programming 65 $ Total Cost for Mesquite FD Mobiles Table 13.3.10B – Mesquite FD Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (High 120 $ Tier) 1000 Modes Minimum (trunked and conventional) 120 $ Alphanumeric Display 120 $ Full Keypad 100 $ Partial Keypad 20 $ PTT-ID 120 $ Emergency Alert 120 $ Priority Scan 120 $ Individual Call and Call Alert 120 $ GPS Location 120 $ Text Messaging 120 $ Channel Announcement 120 $ AES Multikey Voice Encryption 120 $ AES Over The Air Rekeying (OTAR) 120 $ Over The Air Programming (Include License Cost) 120 $ Intrinsically Safe 120 $ Ruggedized (not yellow) 100 $ Ruggedized (yellow) 20 $ Single Unit Charger 1-Hour 120 $ Vehicular Charger 10 $ Multi-Unit Charger 20 $ Battery Conditioner 16 $

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

PAGE 311 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.10B – Mesquite FD Portables Description, Feature, Functionality Requirements Qty Unit Cost Speaker Microphone (no antenna) 120 $ Spare Batteries 120 $ Leather Carrying Case 120 $ Bluetooth Interface 120 $ SCBA Portable Radio Interface 120 $ Programming 120 $ Total Cost for Mesquite FD Portables Table 13.3.10C – Mesquite FD Control Stations Description, Feature, Functionality Requirements Qty Unit Cost Total Control Stations 14 $ Consolette Configuration 14 $ Antenna System 14 $ 200 Modes Minimum (trunked and conventional) 14 $ Alphanumeric Display 14 $ Partial Keypad 14 $ PTT-ID 14 $ Emergency Alert 14 $ Priority Scan 14 $ Individual Call and Call Alert 14 $ Text Messaging 14 $ AES Multikey Voice Encryption 14 $ AES Over The Air Rekeying (OTAR) 14 $ Over The Air Programming (Include License Cost) 14 $ External Speaker 14 $ Installation and Programming 14 $ Total Cost for Mesquite FD Control Stations 13.3.11

$ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Mesquite Local Government Departments

Table 13.3.11A – Mesquite Local Government Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Mobile Radio (Basic Tier) 250 $ Dash Mount 250 $ 100 Modes Minimum (trunked and conventional) 250 $ Alphanumeric Display 250 $ Partial Keypad 250 $ PTT-ID 250 $ Emergency Alert 250 $ Priority Scan 250 $ Individual Call and Call Alert 250 $ GPS Location 250 $ Text Messaging 250 $ Over The Air Programming (Include License Cost) 250 $ External Relay Control 250 $ External Speaker 250 $

RCC CONSULTANTS, INC. 30

Total Cost

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $

PAGE 312 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

$ Mobile Installation and Programming 246 $ Total Cost for Mesquite Local Government Mobiles $

Table 13.3.11B – Mesquite Local Government Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (Basic 75 $ Tier) 200 Modes Minimum (trunked and conventional) 75 $ Partial Keypad 75 $ PTT-ID 75 $ Emergency Alert 25 $ Priority Scan 25 $ Individual Call and Call Alert 25 $ GPS Location 25 $ Text Messaging 25 $ Over The Air Programming (Include License Cost) 75 $ Single Unit Charger 1-Hour 25 $ $ Multi-Unit Charger 1 $ Battery Conditioner 1 Speaker Microphone (no antenna) 25 $ Spare Batteries 25 $ Leather Carrying Case 25 $ Wave Radio Cable Interface (See 7.3.2.13) 50 $ Programming & Wave Radio Installation 75 $ Total Cost for Mesquite Local Government Portables

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Table 13.3.11C – Mesquite Local Government Control Stations Description, Feature, Functionality Requirements Qty Unit Cost Total Cost $ Total Control Stations 10 $ $ Consolette Configuration 10 $ $ Antenna System 10 $ $ $ Number of Remote Controls 6 $ 200 Modes Minimum (trunked and conventional) 10 $ $ Alphanumeric Display 10 $ $ Full Keypad 10 $ $ Partial Keypad 10 $ $ $ PTT-ID 10 $ Emergency Alert 10 $ $ Priority Scan 10 $ $ Individual Call and Call Alert 10 $ $ Text Messaging 10 $ $ Over The Air Programming (Include License Cost) 10 $ $ Installation and Programming 10 $ Total Cost for Mesquite Local Government Control Stations $

RCC CONSULTANTS, INC. 30

PAGE 313 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.11D – Mesquite Outdoor Warning System Radio Replacement Description, Feature, Functionality Requirements Qty Unit Cost Total Cost $ Total Siren Site Radios & Antenna Systems 25 $ $ $ Total Control Point Radios & Antenna Systems 3 $ $ Conventional Repeater - Main 1 $ $ Conventional Repeater - Standby 1 $ $ Repeater Antenna System(s) 1 $ $ Installation and Programming 1 Total Cost for Mesquite OWS Radio Replacement $ 13.3.12

Rowlett Police Department

Table 13.3.12A – Rowlett PD Mobiles Description, Feature, Functionality Requirements Qty Unit Cost $ Digital Project 25 700/800MHz Mobile Radio (High Tier) 55 Trunk Mount 55 $ 1000 Modes Minimum (trunked and conventional) 55 $ Alphanumeric Display 55 $ $ Full Keypad 5 Partial Keypad 50 $ PTT-ID 55 $ Emergency Alert 55 $ Priority Scan 55 $ Individual Call and Call Alert 55 $ GPS Location 55 $ Text Messaging 55 $ AES Multikey Voice Encryption 55 $ AES Over The Air Rekeying (OTAR) 55 $ Over The Air Programming (Include License Cost) 55 $ External Relay Control 55 $ External Speaker 55 $ Mobile Installation and Programming 55 $ Total Cost for Rowlett PD Mobiles Table 13.3.12B – Rowlett PD Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (High 110 $ Tier) 1000 Modes Minimum (trunked and conventional) 110 $ Alphanumeric Display 110 $ Full Keypad 15 $ Partial Keypad 95 $ PTT-ID 110 $ Emergency Alert 110 $ Priority Scan 110 $ Individual Call and Call Alert 110 $ GPS Location 110 $

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $

PAGE 314 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.12B – Rowlett PD Portables Description, Feature, Functionality Requirements Qty Unit Cost Text Messaging 110 $ Channel Announcement 110 $ AES Multikey Voice Encryption 110 $ AES Over The Air Rekeying (OTAR) 110 $ Over The Air Programming (Include License Cost) 110 $ Intrinsically Safe 110 $ Ruggedized (not yellow) 110 $ Single Unit Charger 1-Hour 110 $ $ Multi-Unit Charger 1 $ Battery Conditioner 1 Speaker Microphone (no antenna) 110 $ Spare Batteries 110 $ Leather Carrying Case 110 $ Bluetooth Interface 110 $ Programming 110 $ Total Cost for Rowlett PD Portables

$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Table 13.3.12C – Rowlett PD Control Stations Description, Feature, Functionality Requirements Qty Unit Cost Total Control Stations 10 $ $ Consolette Configuration 8 $ Desktop Radio Configuration 2 Antenna System 10 $ 200 Modes Minimum (trunked and conventional) 10 $ Alphanumeric Display 10 $ Partial Keypad 10 $ PTT-ID 10 $ Emergency Alert 10 $ Priority Scan 10 $ Individual Call and Call Alert 10 $ Text Messaging 10 $ AES Multikey Voice Encryption 10 $ AES Over The Air Rekeying (OTAR) 10 $ Over The Air Programming (Include License Cost) 10 $ $ External Speaker 2 Installation and Programming 10 $ Total Cost for Rowlett PD Control Stations

$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

13.3.13

Total Cost

Rowlett Fire Department

Table 13.3.13A – Rowlett FD Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Mobile Radio (High Tier) 25 $ Trunk Mount 25 $ $ Dual Control Head 9

RCC CONSULTANTS, INC. 30

Total Cost

Total Cost $ $ $

PAGE 315 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

1000 Modes Minimum (trunked and conventional) 25 $ Alphanumeric Display 25 $ $ Full Keypad 5 Partial Keypad 20 $ PTT-ID 25 $ Emergency Alert 25 $ Priority Scan 25 $ Individual Call and Call Alert 25 $ GPS Location 25 $ Text Messaging 25 $ AES Multikey Voice Encryption 25 $ AES Over The Air Rekeying (OTAR) 25 $ Over The Air Programming (Include License Cost) 25 $ External Relay Control 25 $ External Speaker 25 $ Mobile Installation and Programming 23 $ Total Cost for Rowlett FD Mobiles Table 13.3.13B – Rowlett FD Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (High 78 $ Tier) 1000 Modes Minimum (trunked and conventional) 78 $ Alphanumeric Display 78 $ $ Full Keypad 8 Partial Keypad 70 $ PTT-ID 78 $ Emergency Alert 78 $ Priority Scan 78 $ Individual Call and Call Alert 78 $ GPS Location 78 $ Text Messaging 78 $ Channel Announcement 78 $ AES Multikey Voice Encryption 78 $ AES Over The Air Rekeying (OTAR) 78 $ Over The Air Programming (Include License Cost) 78 $ Intrinsically Safe 78 $ $ Ruggedized (not yellow) 8 Ruggedized (yellow) 70 $ Single Unit Charger 1-Hour 78 $ $ Vehicular Charger 5 $ Multi-Unit Charger 5 $ Battery Conditioner 5 Speaker Microphone (no antenna) 78 $ Spare Batteries 78 $ Leather Carrying Case 78 $ Bluetooth Interface 78 $ SCBA Portable Radio Interface 78 $

RCC CONSULTANTS, INC. 30

$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

PAGE 316 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.13B – Rowlett FD Portables Description, Feature, Functionality Requirements Qty Unit Cost Total Cost $ Programming 78 $ Total Cost for Rowlett FD Portables $ Table 13.3.13C – Rowlett FD Control Stations Description, Feature, Functionality Requirements Qty Unit Cost $ Total Control Stations 4 $ Consolette Configuration 4 $ Antenna System 4 $ 200 Modes Minimum (trunked and conventional) 4 $ Alphanumeric Display 4 $ Partial Keypad 4 $ PTT-ID 4 $ Emergency Alert 4 $ Priority Scan 4 $ Individual Call and Call Alert 4 $ Text Messaging 4 $ AES Multikey Voice Encryption 4 $ AES Over The Air Rekeying (OTAR) 4 $ Over The Air Programming (Include License Cost) 4 $ External Speaker 4 Installation and Programming 4 Total Cost for Rowlett FD Control Stations 13.3.14

$

Rowlett Public Works Departments

Table 13.3.14B – Rowlett Public Works Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (Basic 18 $ Tier) 100 Modes Minimum (trunked and conventional) 18 $ Alphanumeric Display 18 $ Partial Keypad 18 $ PTT-ID 18 $ Emergency Alert 18 $ Priority Scan 18 $ Individual Call and Call Alert 18 $ GPS Location 18 $ Text Messaging 18 $ Over The Air Programming (Include License Cost) 18 $ Single Unit Charger 1-Hour 18 $ $ Multi-Unit Charger 1 $ Battery Conditioner 1 Speaker Microphone (no antenna) 18 $ Spare Batteries 18 $ Leather Carrying Case 18 $

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

PAGE 317 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.14B – Rowlett Public Works Portables Description, Feature, Functionality Requirements Qty Unit Cost Total Cost $ Programming 18 $ Total Cost for Rowlett Public Works Portables $ Table 13.3.14C – Rowlett Public Works Control Stations Description, Feature, Functionality Requirements Qty Unit Cost $ Total Control Stations 2 $ Consolette Configuration 2 $ Antenna System 2 $ 200 Modes Minimum (trunked and conventional) 2 $ Alphanumeric Display 2 $ Partial Keypad 2 $ PTT-ID 2 $ Emergency Alert 2 $ Priority Scan 2 $ Individual Call and Call Alert 2 $ Text Messaging 2 $ Over The Air Programming (Include License Cost) 2 $ Installation and Programming 2 Total Cost for Rowlett Public Works Control Stations 13.3.15

Sachse Police Department

Table 13.3.15A – Sachse PD Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Mobile Radio (High Tier) 22 $ Trunk Mount 22 $ $ Motorcycle 2 1000 Modes Minimum (trunked and conventional) 22 $ Alphanumeric Display 22 $ $ Full Keypad 4 Partial Keypad 18 $ PTT-ID 22 $ Emergency Alert 22 $ Priority Scan 22 $ Individual Call and Call Alert 22 $ GPS Location 22 $ Text Messaging 22 $ AES Multikey Voice Encryption 22 $ AES Over The Air Rekeying (OTAR) 22 $ Over The Air Programming (Include License Cost) 22 $ External Relay Control 22 $ External Speaker 22 $ Mobile Installation and Programming 22 $ Total Cost for Sachse PD Mobiles

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

PAGE 318 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.15B – Sachse PD Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (High 37 $ Tier) 1000 Modes Minimum (trunked and conventional) 37 $ Alphanumeric Display 37 $ $ Full Keypad 5 $ Partial Keypad 32 PTT-ID 37 $ Emergency Alert 37 $ Priority Scan 37 $ Individual Call and Call Alert 37 $ GPS Location 37 $ Text Messaging 37 $ Channel Announcement 37 $ AES Multikey Voice Encryption 37 $ AES Over The Air Rekeying (OTAR) 37 $ Over The Air Programming (Include License Cost) 37 $ Intrinsically Safe 37 $ Ruggedized (not yellow) 37 $ Single Unit Charger 1-Hour 37 $ $ Multi-Unit Charger 2 $ Battery Conditioner 1 Speaker Microphone (no antenna) 37 $ Spare Batteries 37 $ Leather Carrying Case 37 $ Bluetooth Interface 37 $ Programming 37 $ Total Cost for Sachse PD Portables Table 13.3.15C – Sachse PD Control Stations Description, Feature, Functionality Requirements Qty Unit Cost $ Total Control Stations 3 $ Consolette Configuration 3 $ Antenna System 3 $ 200 Modes Minimum (trunked and conventional) 3 $ Alphanumeric Display 3 $ Partial Keypad 3 $ PTT-ID 3 $ Emergency Alert 3 $ Priority Scan 3 $ Individual Call and Call Alert 3 $ Text Messaging 3 $ AES Multikey Voice Encryption 3 $ AES Over The Air Rekeying (OTAR) 3 $ Over The Air Programming (Include License Cost) 3 $ External Speaker 3

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

PAGE 319 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.15C – Sachse PD Control Stations Description, Feature, Functionality Requirements Qty Unit Cost Total Cost $ $ Installation and Programming 3 Total Cost for Sachse PD Control Stations $ 13.3.16

Sachse Fire Department

Table 13.3.16A – Sachse FD Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Mobile Radio (High Tier) 26 $ Trunk Mount 26 $ $ Dual Control Head 1 1000 Modes Minimum (trunked and conventional) 26 $ Alphanumeric Display 26 $ $ Full Keypad 4 Partial Keypad 22 $ PTT-ID 26 $ Emergency Alert 26 $ Priority Scan 26 $ Individual Call and Call Alert 26 $ GPS Location 26 $ Text Messaging 26 $ AES Multikey Voice Encryption 26 $ AES Over The Air Rekeying (OTAR) 26 $ Over The Air Programming (Include License Cost) 26 $ External Relay Control 26 $ External Speaker 26 $ Mobile Installation and Programming 24 $ Total Cost for Sachse FD Mobiles Table 13.3.16B – Sachse FD Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (High 35 $ Tier) 1000 Modes Minimum (trunked and conventional) 35 $ Alphanumeric Display 35 $ $ Full Keypad 5 Partial Keypad 30 $ PTT-ID 35 $ Emergency Alert 35 $ Priority Scan 35 $ Individual Call and Call Alert 35 $ GPS Location 35 $ Text Messaging 35 $ Channel Announcement 35 $ AES Multikey Voice Encryption 35 $ AES Over The Air Rekeying (OTAR) 35 $

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $

PAGE 320 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.16B – Sachse FD Portables Description, Feature, Functionality Requirements Qty Unit Cost Over The Air Programming (Include License Cost) 35 $ Intrinsically Safe 35 $ $ Ruggedized (not yellow) 5 Ruggedized (yellow) 30 $ Single Unit Charger 1-Hour 35 $ $ Multi-Unit Charger 2 $ Battery Conditioner 2 Speaker Microphone (no antenna) 35 $ Spare Batteries 35 $ Leather Carrying Case 35 $ Bluetooth Interface 35 $ SCBA Portable Radio Interface 35 $ Programming 35 $ Total Cost for Sachse FD Portables Table 13.3.16C – Sachse FD Control Stations Description, Feature, Functionality Requirements Qty Unit Cost $ Total Control Stations 2 $ Consolette Configuration 2 $ Antenna System 2 $ 200 Modes Minimum (trunked and conventional) 2 $ Alphanumeric Display 2 $ Partial Keypad 2 $ PTT-ID 2 $ Emergency Alert 2 $ Priority Scan 2 $ Individual Call and Call Alert 2 $ Text Messaging 2 $ AES Multikey Voice Encryption 2 $ AES Over The Air Rekeying (OTAR) 2 $ Over The Air Programming (Include License Cost) 2 $ Installation and Programming 2 Total Cost for Sachse FD Control Stations 13.3.17

$ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Sachse Public Works Departments

Table 13.3.17A – Sachse Public Works Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Mobile Radio (Basic Tier) 10 $ Dash Mount 10 $ 100 Modes Minimum (trunked and conventional) 10 $ Alphanumeric Display 10 $ Partial Keypad 10 $ PTT-ID 10 $ Emergency Alert 10 $

RCC CONSULTANTS, INC. 30

Total Cost

Total Cost $ $ $ $ $ $ $

PAGE 321 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.17A – Sachse Public Works Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Priority Scan 10 $ Individual Call and Call Alert 10 $ GPS Location 10 $ Text Messaging 10 $ Over The Air Programming (Include License Cost) 10 $ External Relay Control 10 $ External Speaker 10 $ Mobile Installation and Programming 10 $ Total Cost for Sachse Public Works Mobiles Table 13.3.17B – Sachse Public Works Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (Basic 10 $ Tier) 100 Modes Minimum (trunked and conventional) 10 $ Alphanumeric Display 10 $ Partial Keypad 10 $ PTT-ID 10 $ Emergency Alert 10 $ Priority Scan 10 $ Individual Call and Call Alert 10 $ GPS Location 10 $ Text Messaging 10 $ Over The Air Programming (Include License Cost) 10 $ Single Unit Charger 1-Hour 10 $ Battery Conditioner 10 $ Speaker Microphone (no antenna) 10 $ Spare Batteries 10 $ Leather Carrying Case 10 $ Programming 10 $ Total Cost for Sachse Public Works Portables Table 13.3.17C – Sachse Public Works Control Stations Description, Feature, Functionality Requirements Qty Unit Cost $ Total Control Stations 1 $ Consolette Configuration 1 $ Antenna System 1 $ 200 Modes Minimum (trunked and conventional) 1 $ Alphanumeric Display 1 $ Partial Keypad 1 $ PTT-ID 1 $ Emergency Alert 1 $ Priority Scan 1 $ Individual Call and Call Alert 1 $ Text Messaging 1

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $ $

PAGE 322 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.17C – Sachse Public Works Control Stations Description, Feature, Functionality Requirements Qty Unit Cost Total Cost $ $ Over The Air Programming (Include License Cost) 1 $ $ Installation and Programming 1 Total Cost for Sachse Public Works Control Stations $ 13.3.18

Garland Independent School District

Table 13.3.18A – GISD Mobiles Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Mobile Radio (High Tier) 12 $ Trunk Mount 12 $ 1000 Modes Minimum (trunked and conventional) 12 $ Alphanumeric Display 12 $ Partial Keypad 12 $ PTT-ID 12 $ Emergency Alert 12 $ Priority Scan 12 $ Individual Call and Call Alert 12 $ GPS Location 12 $ Text Messaging 12 $ AES Multikey Voice Encryption 12 $ AES Over The Air Rekeying (OTAR) 12 $ Over The Air Programming (Include License Cost) 12 $ External Relay Control 12 $ External Speaker 12 $ Mobile Installation and Programming 12 $ Total Cost for GISD Mobiles Table 13.3.18B – GISD Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (High 18 $ Tier) 1000 Modes Minimum (trunked and conventional) 18 $ Alphanumeric Display 18 $ $ Full Keypad 2 Partial Keypad 16 $ PTT-ID 18 $ Emergency Alert 18 $ Priority Scan 18 $ Individual Call and Call Alert 18 $ GPS Location 18 $ Text Messaging 18 $ AES Multikey Voice Encryption 18 $ AES Over The Air Rekeying (OTAR) 18 $ Over The Air Programming (Include License Cost) 18 $ Single Unit Charger 1-Hour 18 $

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

PAGE 323 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.18B – GISD Portables Description, Feature, Functionality Requirements Qty Unit Cost $ Multi-Unit Charger 1 $ Battery Conditioner 1 Speaker Microphone (no antenna) 18 $ Spare Batteries 18 $ Leather Carrying Case 18 $ Bluetooth Interface 18 $ Programming 18 $ Total Cost for GISD Portables

$ $ $ $ $ $ $ $

Table 13.3.18C – GISD Control Stations Description, Feature, Functionality Requirements Qty Unit Cost $ Total Control Stations 2 $ Consolette Configuration 2 $ Antenna System 2 $ 200 Modes Minimum (trunked and conventional) 2 $ Alphanumeric Display 2 $ Partial Keypad 2 $ PTT-ID 2 $ Emergency Alert 2 $ Priority Scan 2 $ Individual Call and Call Alert 2 $ Text Messaging 2 $ AES Multikey Voice Encryption 2 $ AES Over The Air Rekeying (OTAR) 2 $ Over The Air Programming (Include License Cost) 2 $ External Speaker 2 $ Installation and Programming 2 Total Cost for GISD Control Stations

$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

13.3.19

Total Cost

Mesquite Independent School District

Table 13.3.19A – MISD Portables Description, Feature, Functionality Requirements Qty Unit Cost Digital Project 25 700/800MHz Portable Radio (Basic 148 $ Tier) 100 Modes Minimum (trunked and conventional) 148 $ Alphanumeric Display 148 $ Partial Keypad 148 $ PTT-ID 148 $ Emergency Alert 148 $ Priority Scan 148 $ Individual Call and Call Alert 148 $ GPS Location 148 $ Text Messaging 148 $ Over The Air Programming (Include License Cost) 148 $

RCC CONSULTANTS, INC. 30

Total Cost

Total Cost $ $ $ $ $ $ $ $ $ $ $

PAGE 324 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.3.19A – MISD Portables Description, Feature, Functionality Requirements Qty Unit Cost Single Unit Charger 1-Hour 148 $ $ Multi-Unit Charger 3 $ Battery Conditioner 3 Speaker Microphone (no antenna) 148 $ Spare Batteries 148 $ Leather Carrying Case 148 $ Bluetooth Interface 148 $ Programming 148 $ Total Cost for MISD Portables

$ $ $ $ $ $ $ $ $

Table 13.3.19B – MISD Control Stations Description, Feature, Functionality Requirements Qty Unit Cost $ Total Control Stations 3 $ Consolette Configuration 3 $ Antenna System 3 $ 200 Modes Minimum (trunked and conventional) 3 $ Alphanumeric Display 3 $ Partial Keypad 3 $ PTT-ID 3 $ Emergency Alert 3 $ Priority Scan 3 $ Individual Call and Call Alert 3 $ Text Messaging 3 $ Over The Air Programming (Include License Cost) 3 $ External Speaker 3 $ Installation and Programming 3 Total Cost for MISD Control Stations

$ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Total Cost

Total Cost

13.4 Price Worksheets – Training 13.4.1

Training Overview

Training requirements are detailed in Section 13 of this RFP. Training of both the system users and technical staff will be required. Each category of training is addressed below 13.4.2

User Training

Each of the participating agencies have unique training requirements and shall be addressed and priced separately. If the Proposer can show that there is more cost effective method for training, they are encouraged to describe their training plan below and also in their response to Section 13. In order to properly schedule the classes, Proposers shall provide a description of what each class requires by completing the following tables:

RCC CONSULTANTS, INC. 30

PAGE 325 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.4.2A - System Overview Training Recommended Maximum Number of Students per Session Course Duration Training Material / Quantity Delivery Method Recommended Location(s)

Table 13.4.2B – User Radio Operator Training Recommended Maximum Number of Students per Session Course Duration Training Material / Quantity Delivery Method Recommended Location(s)

Table 13.4.2C – Dispatch Console Operator Training Recommended Maximum Number of Students per Session Course Duration Training Material / Quantity Delivery Method Recommended Location(s)

Table 13.4.2D – Logging Recorder Training Recommended Maximum Number of Students per Session Course Duration Training Material / Quantity Delivery Method Recommended Location(s) Table 13.4.1 – User Training Costs Class

Per Session Cost

System Overview User Radio Operator Training Dispatch Console System Training Logging Recorder Training Using the information provided by the Proposers in Tables A, B, and C above, the participating agencies will calculate the time required, number of students, and ultimately the number of sessions

RCC CONSULTANTS, INC. 30

PAGE 326 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

required. Based on this information, the participating agencies will work with the Contractor in developing the training schedule. 13.4.3

Technical Training

Again, technical training requirements are detailed in Section 13. Each manufacturer has their own recommended training programs for service technicians and system management personnel. Proposers shall complete the following tables that describe their technical training plan for Drive-up / Bench Technicians, System Technicians, and System Management personnel. They shall also list any “pre-requisites” for the steps involved in the plan. Please include any training programs for the use of proposed test equipment. Table 13.4.3A – Bench Technician Training Costs Class

Per Session Cost

1) 2) 3) 4) 5) 6) 7) 8) 9) 10)

Table 13.4.3B – System Service Technician Training Costs Class

Per Session Cost

1) 2) 3) 4) 5) 6) 7) 8) 9) 10)

Table 13.4.3B – System Administrator / Manager Training Costs Per Session Class Cost 1) 2) 3) 4) 5)

RCC CONSULTANTS, INC. 30

PAGE 327 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

6) 7) 8) 9) 10)

13.5 Price Worksheets – On-Going System Maintenance Costs 1. Proposers shall provide the project maintenance costs for the proposed systems for years 3 through 10. The Cities are requesting that warranty service be included in the system costs for years 1 and 2. Table 13.5A – On-Going System Maintenance – Contractor Provided Year 3

Total Cost

Infrastructure Equipment

$

Microwave Radio Equipment

$

Dispatch Equipment

$

Mobile, Portable, and Control Station Equipment

$

Software Maintenance Agreement

$

Year 4 Infrastructure Equipment

$

Microwave Radio Equipment

$

Dispatch Equipment

$

Mobile, Portable, and Control Station Equipment

$

Software Maintenance Agreement

$

Year 5 Infrastructure Equipment

$

Microwave Radio Equipment

$

Dispatch Equipment

$

Mobile, Portable, and Control Station Equipment

$

Software Maintenance Agreement

$

Year 6 Infrastructure Equipment

$

Microwave Radio Equipment

$

Dispatch Equipment

$

RCC CONSULTANTS, INC. 30

PAGE 328 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.5A – On-Going System Maintenance – Contractor Provided Mobile, Portable, and Control Station Equipment

$

Software Maintenance Agreement

$

Year 7 Infrastructure Equipment

$

Microwave Radio Equipment

$

Dispatch Equipment

$

Mobile, Portable, and Control Station Equipment

$

Software Maintenance Agreement

$

Year 8 Infrastructure Equipment

$

Microwave Radio Equipment

$

Dispatch Equipment

$

Mobile, Portable, and Control Station Equipment

$

Software Maintenance Agreement

$

Year 9 Infrastructure Equipment

$

Microwave Radio Equipment

$

Dispatch Equipment

$

Mobile, Portable, and Control Station Equipment

$

Software Maintenance Agreement

$

Year 10 Infrastructure Equipment

$

Microwave Radio Equipment

$

Dispatch Equipment

$

Mobile, Portable, and Control Station Equipment

$

Software Maintenance Agreement

$

% Escalation Factor After 5 Years

%

% Discount off of list Price given to the Cities for ongoing Service and Maintenance Equipment

%

2. The Cities are interested in developing their service center and its own technical support team to provide on-going maintenance support of the entire system. It is understood that a high level of RCC CONSULTANTS, INC. 30

PAGE 329 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

manufacturer support will be required to augment the City’s technical team throughout the life of the system. The Cities request that the Proposer include itemized pricing for this manufacturer support. Please complete the following table that details these support requirements. Table 13.5B – Manufacturer Support Items Description

Total Cost

Combine all of the spare system components and provide a yearly cost estimate for factory repairs after year two considering that all field maintenance would be provided by the $ Cities. This shall include system infrastructure, dispatch console equipment, microwave equipment, system management equipment, fire station alerting, and logging recorder equipment Yearly cost after year 2 for high level manufacturer technical support / telephone support

$

Yearly cost for factory repair of mobile radio

$

Yearly cost for factory repair of portable radio

$

Yearly cost for factory repair of a base station / consolette

$

Recommended software / hardware refresh costs. Please provide when this would be recommended over the first 10 year $ life span of each of the system components for budget planning purposes 3. If there any other additional items recommended by the Proposer, please add additional lines to the above table along with a description and a cost of the recommended Manufacturer support item. 4. To support on-going system maintenance, subscriber diagnostic equipment and service repair tracking and management software are described in Sections 2.4.3 and 2.4.4. Table 13.5C – System Maintenance Support Tools Description

Total Cost

Subscriber Diagnostic Equipment (as described in Section 2.4.3)

$

Radio System Maintenance Tracking and Ticketing Software (as described in section 2.4.4)

$

Radio System Maintenance Tracking and Ticketing Software (as described in section 2.4.4)

$

RCC CONSULTANTS, INC. 30

PAGE 330 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

13.6 Price Worksheets – Cost Summary / Individual Agencies 13.6.1 Total Cost Summary The following tables shall be completed by the Proposer that shows the cumulative pricing for equipment and services for the entire system. It is imperative that these tables are completed in their entirety. Table 13.6.1 – Total System Equipment Cost Summary Item 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37

Cost Description Master Site Equipment (Table 13.2.1B) Simulcast Prime Site #1 (Table 13.2.2B) Simulcast Prime Site #2 (Table 13.2.3B) Remote Simulcast Site #1 (Table 13.2.4B) Remote Simulcast Site #2 (Table 13.2.4C) Remote Simulcast Site #3 (Table 13.2.4D) Remote Simulcast Site #4 (Table 13.2.4E) Remote Simulcast Site #5 (Table 13.2.4F) Remote Simulcast Site #6 (Table 13.2.4G) Remote Simulcast Site #7 (Table 13.2.4H) Remote Simulcast Site #8 (Table 13.2.4I) Remote Simulcast Site #9 (Table 13.2.4J) Remote Simulcast Site #X (Table 13.2.4K) MPLS Ring Microwave Hop #1 (Table 13.2.5B) MPLS Ring Microwave Hop #2 (Table 13.2.5C) MPLS Ring Microwave Hop #3(Table 13.2.5D) MPLS Ring Microwave Hop #4 (Table 13.2.5E) MPLS Ring Microwave Hop #5 (Table 13.2.5F) MPLS Ring Microwave Hop #6 (Table 13.2.5G) MPLS Ring Microwave Hop #7(Table 13.2.5H) MPLS Ring Microwave Hop #8 (Table 13.2.5I) MPLS Ring Microwave Hop #9 (Table 13.2.5J) MPLS Ring Microwave Hop #10 (Table 13.2.5L) MPLS Ring Microwave Hop #XX (Table 13.2.5M) MPLS Microwave Spur #1 (Table 13.2.6B) MPLS Microwave Spur #2 (Table 13.2.6C) MPLS Microwave Spur #3 (Table 13.2.6D) MPLS Microwave Spur #4 (Table 13.2.6E) MPLS Microwave Spur #5 (Table 13.2.6F) MPLS Microwave Spur #6 (Table 13.2.6H) MPLS Microwave Network Management System 13.2.7B) Garland Primary Dispatch Consoles (Table 13.2.8A) Garland Back-up Dispatch Consoles (Table 13.2.8B) Garland GP& L Dispatch Consoles (Table 13.2.8C) Garland Water Department Consoles (Table 13.2.2D) Mesquite Primary Dispatch Consoles (Table 13.2.9A) Mesquite Back-up Dispatch Consoles (Table 13.2.9B) RCC CONSULTANTS, INC.

30

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ (Table

$ $ $ $ $ $ $ PAGE 331 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.6.1 – Total System Equipment Cost Summary Item 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57

Cost Description Rowlett Dispatch Consoles (Table 13.2.10A) Sachse Dispatch Consoles (Table 13.2.11A) Garland ISD Dispatch Consoles (Table 13.2.12A) Garland Dispatch Logging Recorder – Upgrade / Replacement Costs (Table 13.2.13A) Mesquite Dispatch Logging Recorder – Upgrade (Table 13.2.13A) Rowlett Dispatch Logging Recorder – Upgrade (Table 13.2.13A) Sachse Dispatch Logging Recorder – Upgrade (Table 13.2.13A) Garland Fire Station Alerting (Table 13.2.14C) Mesquite Fire Station Alerting (Table 13.2.14C) Rowlett Fire Station Alerting (Table 13.2.14C) Sachse Fire Station Alerting (Table 13.2.14C) Interoperability & Mutual Aid Equipment (Table 13.2.15A) Recommended Spares (Table 13.2.16) Recommended Test Equipment (Table 13.2.17) Garland User Radios (Tables 13.3.1A Through 13.3.8C) Mesquite User Radios (Tables 13.3.9A Through 13.3.11D) Rowlett User Radios (Tables 13.3.12A Through 13.3.14C) Sachse User Radios (Tables 13.3.15A Through 13.3.17C) Garland ISD User Radios (Tables 13.3.18A Through 13.3.18C) Mesquite ISD User Radios (Tables 13.3.19A Through 13.3.19B)

Total System Costs

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

$

13.6.2 Total Cost Summary by City or Agency / Department The following tables shall be completed by the Proposer that shows the cumulative pricing for equipment and services each agency. Using the pricing listed in the above table, please complete the following tables for each agency. Table 13.6.2A – Cost Summary – City of Garland Item 1 2 3 4 5 6 7 8 9 10

Cost Description Master Site Equipment Simulcast Prime Site #1 Remote Simulcast Sites in Garland Ring Microwave Sites in Garland Spur Microwave Sites in Garland (Do not include spurs to GISD or Rowlett) Garland Primary Dispatch Consoles Garland Back-up Dispatch Consoles Garland GP& L Dispatch Consoles Garland Water Department Consoles Garland Dispatch Logging Recorder – Upgrade / Replacement

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $ $ $ $ $ $ $

PAGE 332 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.6.2A – Cost Summary – City of Garland Item 11 12 13 14 15 16

Cost Description Garland Fire Station Alerting Garland Fire Station Sound System Upgrades / Replacements Interoperability & Mutual Aid Equipment in Garland Garland User Radios Recommended Spares Recommended Test Equipment

Total Garland Costs

Total Cost $ $ $ $ $ $

Table 13.6.2B– Cost Summary – City of Mesquite Item 1 2 3 4 5 6 7 8 9 10 11 12

Cost Description Master Site Equipment Simulcast Prime Site #2 Remote Simulcast Sites in Mesquite Ring Microwave Sites in Mesquite Spur Microwave Sites in Mesquite Mesquite Primary Dispatch Consoles Mesquite Back-up Dispatch Consoles Mesquite Dispatch Logging Recorder – Upgrade / Replacement Mesquite Fire Station Alerting Interoperability & Mutual Aid Equipment in Mesquite Mesquite User Radios OWS Radio System Replacement

Total Mesquite Costs

Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $

Table 13.6.2C– Cost Summary – City of Rowlett Item 1 2 3 4 5 6 7 8 9 10

Cost Description Remote Simulcast Site in Rowlett Simulcast Prime Site #2 MPLS Ring Microwave Hop #XX in Rowlett MPLS Microwave Spur #XX in Rowlett Spur Microwave Sites in Mesquite Rowlett Dispatch Consoles Rowlett Dispatch Logging Recorder – Upgrade / Replacement Rowlett Fire Station Alerting Interoperability & Mutual Aid Equipment in Rowlett Rowlett User Radios

Total Rowlett Costs

RCC CONSULTANTS, INC. 30

Total Cost $ $ $ $ $ $ $ $ $ $ $

PAGE 333 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Table 13.6.2D– Cost Summary – City of Sachse Item 1 2 3 4 5 6 7 8

Cost Description Remote Simulcast Site #X (If Proposed) MPLS Ring Microwave Hop #XX (If Proposed) MPLS Microwave Spur #XX in Sachse Sachse Dispatch Consoles Sachse Dispatch Logging Recorder – Upgrade / Replacement Sachse Fire Station Alerting Interoperability & Mutual Aid Equipment in Rowlett Sachse User Radios

Total Cost $ $ $ $ $ $ $ $

Total Sachse Costs

$

Table 13.6.2E– Cost Summary – GISD Item 1 2 5 7 8

Cost Description MPLS Microwave Spur #XX GISD Dispatch Consoles GISD Dispatch Logging Recorder – Upgrade / Replacement Interoperability & Mutual Aid Equipment at GISD GISD User Radios

Total Cost $ $ $ $ $

Total GISD Costs

$

Table 13.6.2E– Cost Summary – MISD Item 1

Cost Description

Total Cost

MISD User Radios

Total MISD Costs

$

13.6.3 Total Project Implementation Costs Please breakout the price of various services for the project as shown below. It is understood that these costs are already distributed throughout the pricing worksheets. They are requested here for informational purposes. Project Management

$

Engineering

$

System Staging

$

Functional Acceptance Testing (At the Factory)

$

RCC CONSULTANTS, INC. 30

PAGE 334 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

Functional Acceptance Testing (In Garland or Mesquite)

$

Coverage Acceptance Testing

$

13.6.4 Total Cost Reduction Items, Purchasing Incentives, and Trade-In Offers The Cities request that proposers list all of the possible incentives and cost reduction options available to the Cities. Please provide a list of any additional long term pricing discounts, trade in offers, or any other possible methods of reducing the overall cost of the system. Each of these items will be evaluated Table 13.6.4 – Total Cost Reductions Offers Description of Discount Offered

Total Discount $ $ $ $ $ $ $ $ $ $

Total Combined Cost of System after Discounts $ 13.7 Final Evaluation Criteria Review As stated in section A.4.2., vendor proposals will be graded under a set list of criteria. The City’s of Garland and Mesquite are interested in entering into a long term relationship with a vendor that provides good pricing for equipment, software licenses, technical support, future upgrades, and on-going manufacturer support. An overview of how proposals will be scored is provided below:

RCC CONSULTANTS, INC. 30

PAGE 335 S

&LW\RI*DUODQG

THE CITIES OF GARLAND AND MESQUITE

%LG

REQUEST FOR PROPOSALS, AUGUST 2014

1. Price / Value to the Cities – This will include an evaluation of the overall pricing offered by the Proposers. It will take into account the compliancy listings, overall system costs, ongoing maintenance cost, and future costs of ownership. 2. Purchasing Incentives / Trade-ins / long term discounts – Evaluation will include the different purchasing incentives offered by the Proposer including incentives, trade-in values, long term purchasing discounts, and any other discounts the Proposer may offer in order to earn the business of the Cities of Garland, Mesquite, Rowlett, and Sachse. 3. Radio System Coverage – This is one of the most important aspects of this system procurement. Proposers should thoroughly evaluate these coverage requirements listed in Section 3 of this RFP to determine the size of their system infrastructure and tower sites. 4. Overall content and quality of the proposal and adherence to the requirements of the RFP – This criterion will be based on the manner in which the Proposer responds to these specifications and how they conform to the requirements of the response. If evaluators have to search for compliancy statements or have to decipher “vague” responses, such responses may be scored lower during the evaluation process. Partially compliant responses are not preferred by any means and will be scored accordingly depending on the point. Partially compliant should equate to “Non-Compliant” in most cases and the proposer shall state as such. 5. Overall system architecture, features and functionality, and the benefits to be derived by the Cities – This criterion will be based on the overall features and functionalities offered by the Proposers for each City / agency / department. It will consider overall system functionality, fallback scenarios, interoperability plans, and ease of use by the system operators. 6. Project Management Plan and history of delivering equipment, systems and services in a timely manner – It is important that the selected Proposer has a history of delivering a complete system implementation in the time period advertised in subsequent responses. Proposers shall be graded upon their ability to deliver and have the system accepted upon the advertised dates of systems of similar size and technology.

Proposer Compliancy Proposers shall insert a complete Point by Point response that addresses each numbered point or paragraph listed in this section. The response shall address at a minimum, the following: 1. Read and Understood: Where appropriate, when there is a point or paragraph that does not specifically require that the Proposer indicate any level of compliancy and this point or paragraph is provided for informational purposes, the Proposer shall indicate that it has read and understood that point or paragraph. 2. Fully compliant with this point or paragraph: This shall indicate that the proposer fully understands the specification and is fully compliant with this requirement. 3. Partially compliant with this point or paragraph: This shall indicate that the Proposer does not fully meet the requirement or intent of the specification. The Proposer shall provide a complete description of why they do not meet the full requirement of the specification and then state their clarification or substitution for that particular point or paragraph. 4. Not Compliant (Exception): This shall indicate that the Proposer’s solution does not comply with this specification listed in this point or paragraph.

RCC CONSULTANTS, INC. 30

PAGE 336 S

&LW\RI*DUODQG

%LG

CITY COUNCIL POLICY OPNS-04 – Qualifications for Doing Business with the City I.

Purpose and Need for Policy The purpose of this policy is to foster the public’s trust in the conduct of City business and to further insure the expenditures of public funds is beyond reproach.

II.

Policy Other than the exceptions cited below, it is the policy of the City Council to not enter into or renew a contract to purchase, sell, or lease property or services to or from any entity described in this policy.

III.

Procedure to Accomplish Policy A. The City of Garland shall not, except as provided herein, enter into or renew a contract to purchase, sell, or lease property or services to or from any person or entity who has been: 1) 2)

B.

Persons or entities doing business with the City include: 1) 2) 3) 4) 5)

C.

Convicted of any state or federal felony offense. Conviction includes a final probation, deferred adjudication or similar disposition. Convicted or fined in excess of $50,000 on certain state or federal discrimination offenses. Discrimination charges include only those brought for discrimination against the race, sex, or religion or an individual or class of individuals.

Individuals, corporations, partnerships, associations, or limited liability companies. Owner or principal operators of entities referenced in paragraph B(1). Principal officers of entities referenced in paragraph B(1). Shareholders in corporations or limited liabilities companies if there are five or fewer shareholders. Majority owned affiliates of any entity referenced in paragraph B(1).

This policy shall not apply when: 1) 2) 3) 4)

Three years have elapsed between the conviction and the approval of the contract. The contract does not require City Council approval. Anything of value is paid or given to informants or participants in a crime stopper program, or The City Council determines this policy could cause grave injury or impose a severe financial hardship to the City of Garland by its application, and is waived by an affirmative vote of not less than six (6) Council members.

D.

On bid applications that may result in a contract award by the City Council, the City shall require a representation by bidders that the bidder is not disqualified by the application of this policy.

E.

After contract award, but prior to the commencement of the project or the delivery of the service or property, a determination that the bidder is in violation of this policy shall be cause for terminating the contract.

By the execution and submission of this bid, bidder acknowledges that bidder has received a copy of City Council Policy OPNS-04 and bidder represents and warrants that bidder complies with the requirements of the City Council Policy OPNS-04 and is in no manner disqualified from doing business with the City under that policy.

30

S

&LW\RI*DUODQG

%LG

CITY COUNCIL POLICY OPNS-28 – Business Conduct with Delinquent Account Holders and Litigants I.

Purpose and Need for Policy The City conducts business with its citizens and the public at-large. In so doing, there are instances where the City may be asked to conduct business with those who are delinquent in their payment(s) to the City on various accounts or who may be involved in litigation with the City. Examples of the types of delinquent accounts which can be substantial in nature are impact fees, property taxes (generally person property), utility bills, EMS fees, and damage claims to City property. A policy is needed to ensure that the City does not conduct business with those individuals.

II.

Policy It is the policy of the City Council to forbid any individual or business entity to conduct business with the City if such person(s) currently owe(s) the City money which is past due or delinquent on property taxes, impact fees, utility bills, Municipal Court fees, EMS fees, or damage claims to City property. Unless prohibited by law, it shall further be the policy of the City Council to forbid any individual or business entity who files meritless litigation against the City from conducting business with the City.

III.

Procedure to Accomplish Policy On a monthly basis, the Managing Director of Customer Services shall produce a delinquent accounts list containing the names of those businesses and/or individuals who are delinquent in paying the City for property taxes, impact fees, utility bills, EMS fees, or damage claims. Copies of the delinquent tax history shall be distributed to the City Manager’s office, Purchasing, Engineering, Planning, and Building Inspection Departments. The delinquent accounts list relating to impact fees, utility bills, EMS fees, and/or damage claims shall be housed in the Customer Service Department. These lists will be available to the City Manager, Assistant City Manager’s, and other departments upon request, to be checked prior to permit issuance or other conduct of business by the City with any business or individual. The City will not do business with any business or individual until the delinquent account is paid in full. The City shall not award any contracts for services and/or goods to any business, firm, and/or individual(s) who are delinquent or have demonstrated that they are not the most responsible bidder.

IV.

Responsibility and Authority 1.

The Managing Director of Customer Service shall be responsible for producing and distributing a delinquent accounts list containing names of businesses and/or individuals who are delinquent in paying their property taxes, impact fees, utility bills, EMS fees, or damage claims to the City.

2.

The Purchasing Manager shall be responsible for the reporting and removal of any bids submitted by any business(es), firm(s), and/or individual(s) who are delinquent in payment(s) of their utility bills, EMS fees, property taxes, impact fees, or have damage claims to the City.

3.

The City Manager is responsible to ensure that this policy is upheld and that the Council is kept abreast of its effectiveness.

By the execution and submission of this bid, bidder acknowledges that bidder has received a copy of City Council Policy OPNS-28 and bidder represents and warrants that bidder complies with the requirements of the City Council Policy OPNS-28 and is in no manner disqualified from doing business with the City under that policy.

30

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

S Reference 4469-14 Early Release of Coverage Requirements for the Garland, Mesquite, Rowlett, and Sachse P25 Trunked Radio System The Texas cities of Garland, Mesquite, Rowlett, and Sachse, and all suburbs of Dallas, have undertaken an aggressive program to replace their aging Motorola 800 MHz SmartNet radio systems with a new shared P25 radio system. Currently, the Garland SmartNet system supports the following entities: x x x x x

All City of Garland departments that use two-way radio communications; http://www.garlandtx.gov Garland Power & Light (municipal utility); http://www.garlandpower-light.org/aboutus.html The City of Rowlett, http://www.ci.rowlett.tx.us/ The City of Sachse. http://www.cityofsachse.com/ Garland Independent School District. http://www.garlandisd.net

The Garland system currently supports a user base of approximately 2,000 radios. The City of Mesquite http://www.cityofmesquite.com/ operates its own separate SmartNet system which supports all Mesquite departments that use two-way radio communications and also provides some support for the Mesquite Independent School District. The Mesquite system currently supports approximately 1,000 radios. Both Garland and Mesquite began system replacement projects about a year ago and determined that by developing a new shared 700 MHz P25 Phase 2 TDMA simulcast trunked radio infrastructure they could realize certain worthwhile operational and cost reduction benefits. Each city operates its own dispatch facility within its service area. Specifically, there are seven dispatch centers within the two existing systems: x x x x x x x

Garland Police, Fire, and EMS (Primary), Garland Police, Fire, and EMS (Backup), Garland Power & Light, Mesquite Police, Fire, and EMS (Primary), Mesquite Police, Fire, and EMS (Backup), Rowlett, and Sachse.

Garland and Mesquite have decided to purchase the new shared P25 radio system through a competitive Request for Proposals (RFP) process. The City of Garland will serve as the contracting entity for the radio infrastructure. Each entity will likely purchase its own user radio equipment and dispatch console system(s). The cities have engaged RCC Consultants, Inc. (RCC) to provide consulting and engineering support for the project. This will be a substantial engagement for the various cities with an aggressive schedule for the procurement, installation, acceptance testing, and cutover of the new P25 system. The cities understand the level of effort needed to develop and submit high-quality system proposals in response to the upcoming RFP which will be released later this summer. The cities recognize that RCC Consultants, Inc.

30

Page 1

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

proposing vendors will need a certain amount of time to prepare their proposals in response to the RFP, and that much of the proposal effort will revolve around the RF system design, i.e. the constellation of repeater sites needed to meet the cities’ radio coverage requirements. To help the vendor community get a “head start” on the proposal development process, the City of Garland Purchasing Department has released this preliminary, “early release” version of the Radio Coverage Requirements Section of the P25 System RFP. The cities recommend that interested proposers review the contents of this document and begin the process of preparing their responses if they are interested because, due to the project schedule, requested extensions of the proposal response period will likely be denied. The purpose of this “early release” version and ultimately the final version that will be incorporated into the full system RFP is to properly articulate the radio coverage requirements for the new system so that proposers will have a clear understanding of the cities’ expectations and requirements. Hopefully, this early information will help reduce the time needed for the preparation of system proposals after the final RFP document is released by the Garland Purchasing Department later this summer. The cities understand that proposers may have questions regarding the information contained in this early release version of the Radio Coverage Requirements Section of the RFP. Any questions pertaining to this Request must be submitted through www.bidsync.com before July 15, 2014. Questions will be reviewed and answered as soon as possible. A summary of all questions and responses to the questions will be provided. It should also be understood that the City is not accepting any proposals at this time based on this document. Radio Coverage Requirements There are several aspects of radio coverage performance addressed in this Section that include:

ƒ

A description of the system’s required coverage areas;

ƒ

The system’s baseline coverage requirements that include a defined 20 dB In-Building Coverage Contour;

ƒ

The type of coverage required i.e. mobile, portable on street, portable in light structures, portable in medium / heavy structures;

ƒ

Use of portable radios (head level / belt level, speaker mics, radio carrying devices such as swivel attachments, belt clips, etc.);

ƒ

Delivered audio quality performance (TIA / TSB-88 DAQ – voice sound quality required for the system);

ƒ

Required coverage reliability throughout the defined coverage area, and

ƒ

A brief overview of the coverage acceptance testing requirements that will be used to verify coverage performance once the system has been constructed and optimized.

To assist proposers in their system development, there are several relevant pieces of information included in this section including:

ƒ

A listing of the “specific” in-building coverage requirements and how they will be tested;

ƒ

A listing of “preferred” tower sites with a general description of each site; Note that the term “preferred” means that they are likely existing sites that should be considered to help minimize new system development costs. The successful proposer will be expected to meet the stated RCC Consultants, Inc.

30

Page 2

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

coverage requirements and such coverage will be carefully tested and verified as part of system acceptance testing.

ƒ

Information on available properties (typically city land) that could possibly be used to support potential tower sites, if needed.

In-building radio coverage performance will be an important aspect of the system evaluation process. Proposers should review the requirements for in-building coverage carefully and take the steps necessary to provide the cities with a response that meets the stated requirements.

RCC Consultants, Inc.

30

Page 3

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

Attachment

1

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

Radio Coverage Requirements

A1.1 Introduction Reliable two-way radio coverage is the foundation of any Public Safety and Local Government radio communications system. The Cities of Garland, Mesquite, Rowlett, and Sachse desire to replace their current two-way radio systems that serve the various Public Safety, School District and Local Government Departments of each of these cities. It is expected that the new radio system developed through this project will represent a substantial improvement in the two-way radio communications provided to the various departments. The purpose of this section is to outline the radio coverage requirements for the new system. In order to provide Proposers with a sufficient amount of time and a “head start” in preparation of their system design, this document has been released prior to the release of the actual Request for Proposal (RFP). This section will be repeated in the actual RFP released in the upcoming months where Proposers will have the opportunity to respond to these coverage requirements formally in their proposal. This provides Proposers the ability to develop their system offerings with a clear understanding of the expectations and requirements of the participating agencies. There are several aspects of radio coverage performance addressed in this Section that include: x x x

20 dB In-Building Coverage Contour Map List of specific in-building coverage requirements A description of the coverage acceptance testing

Frequency assignments are currently being evaluated by the participating agencies. Potential frequencies to be used in the system design will be specified in the Request for Proposal release. It is expected that the system will utilize 700 MHz channels operating in the P25 Phase II mode. The system must also be capable of reverting to P25 Phase 1 operation in order to support interoperability with Phase I only capable radios who may need to operate on the system for mutual aid purposes. The system shall operate in the simulcast mode using up to 16 RF channels. Final licensing of the actual frequencies being used shall take place once the proposed design is selected. Participating agencies understand that they must comply with FCC regulatory requirements as well as those requirements set by the Region 40 Plans as applicable. It is important that the system proposed for this project be capable of meeting the specified radio coverage requirements as stated in this RFP as well as the spectral efficiency requirements listed by current regulations. A1.2 Radio Coverage Definition: Mobile and Portable Radio Units Radio Coverage: Coverage is defined as the ability to successfully complete inbound (talk-in), field unit to dispatch communications, outbound (talk-out), dispatch to field unit communications, and radio unit to radio unit voice communications in a repeat mode via the system infrastructure throughout the designated areas, standing still, and while in motion, with at least the minimum required level of audio quality, per TIA/TSB-88.1_ (latest approved version), and at the specified level of propagation

RCC Consultants, Inc.

30

Page 4

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

reliability stated in this section of the RFP. This level of performance is required for digital and digitally encrypted modes of operation. Audio Quality: For informational purposes, Proposers are required to submit with their proposals their recorded samples* of digital voice messages for the following Delivered Audio Quality (DAQ) levels for digital operations. For reference, the DAQ definitions, as defined in the latest version of the TSB-88 Bulletin are listed below: Table A1.2 – DAQ Definitions Delivered Audio Quality DAQ 5.0 DAQ 4.5 DAQ 4.0 DAQ 3.4 DAQ 3.0 DAQ 2.0 DAQ 1.0

Subjective Performance Description Speech easily understood. Speech easily understood. Infrequent Noise/Distortion. Speech easily understood. Occasional Noise/Distortion. Speech understandable with repetition only rarely required. Some Noise/Distortion. Speech understandable with slight effort. Occasional repetition required due to Noise/Distortion. Understandable with considerable effort. Frequent repetition due to Noise/Distortion. Unusable, speech present but unreadable.

*Audio samples shall be submitted by the Proposer in a .WAV file format on Flash Drive, CD-R or DVD_R media and will be reviewed by the Project’s evaluation team.

Coverage Reliability: All references to coverage reliability in this document refer to area reliability. For example, the phrase "95% coverage" indicates that if the total service area of the participating agencies is segmented into test tiles, a minimum of 95% of the test tiles will yield a Delivered Audio Quality of at least a 3.4 per table A1-2 above. Radio Coverage Scenarios: The participating agencies require that radio coverage be provided to mobile radio units and to portable radio units. Portable radio units are utilized in multiple scenarios including usage on the street and inside buildings and structures. A1.2.1 Mobile Radio Coverage Mobile Coverage Performance: Mobile unit coverage is expected to well exceed the range of portable radios and will continue beyond the stated normal service boundaries. A composite mobile coverage map should be provided for informational purposes. A1.2.2 Portable Unit Radio Coverage: Portable Unit Radio Coverage: Portable unit coverage shall be based upon a portable radio worn at the hip of the user and with an antenna height at three (3) feet above ground. Proposers must clearly identify the specific antenna type for the portable radios proposed for this project and be ready to provide sample radios with the proposed antenna at their oral presentation after submission of a system proposal. Portable Carrying Devices: To avoid any ambiguity in regards to the potential affects produced by various portable radio carrying or housing devices, i.e., “belt clips” versus “swivel cases”, the RCC Consultants, Inc.

30

Page 5

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

participating agencies are requiring that the system design be based on a “belt clip” carrying device. No other configuration is acceptable. A1.3 Baseline Coverage Requirements The area needing portable radio coverage is the combined service areas of Garland, Mesquite, Rowlett, and Sachse, which is the area within the red line depicted in Figure A1.3 below. A system infrastructure that provides a baseline of 95% area reliability, minimum DAQ 3.4, and 20 dB in-building coverage is required for portable radios worn “on the belt” using a belt clip device within the area bounded by the red line.

Figure A1.3 20 dB Coverage Contour Map

RCC Consultants, Inc.

30

Page 6

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

On-Street Coverage: Portable “On-Street” radio coverage is also required for the area within the red line. Given that 20 dB in-building is the Baseline coverage requirement, it is expected that “OnStreet” portable coverage will be addressed by the baseline system design. Proposers shall also include On-Street radio coverage analyses for portable radios as well. Coverage Performance: For the baseline coverage requirement of 20 dB in-building, coverage into structures does not include stairwells, basements, underground or partially underground structures, or structures that have special shielding from radio frequency signals. However, there are specific buildings where coverage is required in these areas. A1.4 Portable Coverage within Specific Buildings: In-building portable radio coverage is necessary within the 37 facilities listed in the Tables below. These buildings will be tested separately. Each of these buildings shall have a minimum DAQ 3.4 for 95% of its test locations. It is important to note that each listed building may encompass more than one structure. For example, an unattached parking garage is a separate structure from the building with which it is associated. A school campus may have many discreet unattached structures. In general, multiple structures that are attached shall be treated as one building. If there are multiple structures within a given Specific Building property that are detached, then the 95% requirement shall be treated independently for each “structure.” Using the school campus example, vendors shall not be allowed to “completely fail” one building, while making up for it by adding in the remaining buildings on that campus. Coverage is required within all areas of each specific building including basements, parking garages, and stairwells. As part of proposal development, proposers are expected to evaluate each facility to determine whether the building is provided with the required coverage reliability solely by the proposed radio system infrastructure, or will require supplemental methods to provide the required reliability. Proposers shall not propose vehicular repeater systems or other similar systems to extend tactical on-scene radio coverage into heavy structures. Proposers shall provide a summary table of their analyses, stating whether or not a supplemental coverage method is being proposed for each location and the method being employed (BDA, DAS, etc.). Proposers shall also provide costs individually for any supplemental coverage methods in their Pricing Proposal. Detailed information on how the buildings listed in the following tables will be Acceptance Tested may be found later in this section. Table A1.4.1 - Specific Buildings in Garland Reference # 1 2 3 4 5 6 7 8

Facility Garland Public Safety Center Baylor Hospital of Garland Fire Administration / Training Duckworth Utility Services Building Curtis Culwell Special Events Center Department of Public Safety Sundance Psychiatric / Behavioral Health Hospital Garland Police Station

RCC Consultants, Inc.

30

Facility Address 1900 W State Street 2300 Marie Curie 1500 Highway 66 217 N. Fifth Street 4999 Naaman Forest Blvd 402 West Interstate 30 2692 W. Walnut 1891 Forest Lane Page 7

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

Table A1.4.1 - Specific Buildings in Garland Reference # 9 10 11

Facility Garland Detention Center (Jail) Garland City Hall Garland Municipal Court Garland Water Pumping Station (Police & Fire 911 Communications Center – Back-up)

12

Facility Address 1900 W State Street 200 N. Fifth Street 1791 W. Avenue B 3217 Apollo Road

Table A1.4.2 - Specific Buildings in Mesquite Reference # 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

Facility Mesquite Public Safety Center Christian Care Center Town East Mall Eastfield College (All Buildings) Dallas Regional Medical Center Poteet High School West Mesquite High School Agnew Middle School Berry Middle School Kimbrough Middle School McDonald Middle School A.C. New Middle School Terry Middle School Vanston Middle School Wilkinson Middle School John Horn High School Mesquite High School North Mesquite High School Learning Center

Facility Address 757 No. Galloway 1000 Wiggins Parkway 2063 Town East Mall 3737 Motley Drive 1011 N. Galloway 3300 Poteet Drive 2500 Memorial Parkway 729 Wilkinson 2675 Bear Drive 3900 North Galloway 2930 Town East Boulevard 3700 S. Beltline Road 2351 Edwards Church Road 3230 Karla Drive 2100 Crest Park 3300 E. Cartwright Road 300 East Davis Street 18201 LBJ Freeway 230 Pioneer

Table A1.4.3 - Specific Buildings in Rowlett Reference #

Facility Rowlett Public Safety Building Lake Pointe Medical Center Rowlett High School

32 33 34

Facility Address 4401 Rowlett Road 6800 Scenic Dr 4700 Pres. George Bush Highway

Table A1.4.4 - Specific Buildings in Sachse Reference # 35 36 37

Facility Sachse City Hall / Police Department Sachse High School New Hospital – Sachse Regional Medical Center (future)

RCC Consultants, Inc.

30

Facility Address 3815 Sachse Road 3901 Miles Road Miles Road and President George Bush Turnpike

Page 8

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

A1.5 Radio Coverage Analyses A1.5.1 Introduction Radio system coverage prediction maps shall be produced through the use of a radio wave propagation model which has been developed on the basis of theoretical and empirical data, and which will take into account channel bandwidth, modulation schemes, delivered audio quality, coverage reliability, terrain irregularity, foliage, land use/land cover, building penetration losses, RF noise, and long and short-term signal variations. The model used for the purposes of the coverage prediction process shall be identified in the proposal, and the rationale for system gains and losses used must be provided. A table of system coverage parameters such as gains and losses utilized in each propagation analysis must be provided. A terrain database with a minimum of 3 arc-seconds of resolution is required and the terrain data model used in the coverage analyses must be identified. The propagation analyses system must utilize both vertical and horizontal antenna patterns. The result of the analyses will be a set of radio coverage maps, which shall follow the criteria outlined below. A1.5.2 Radio Coverage Maps to be Provided The following coverage maps shall be provided as part of the proposal. All maps shall depict worst case scenario (talkout versus talkback). All RF coverage maps shall be provided in both printed and electronic formats. x

Portable On-Street for Project 25 Phase 2

x

Portable in 10 dB Building for Project 25 Phase 2

x

Portable in 20 dB Building for Project 25 Phase 2

x

Portable in 30 dB Building for Project 25 Phase 2

Portable radio coverage maps provided in the proposal shall illustrate the full extent of the radio coverage footprint(s) derived from the proposed system including any portion that extends beyond the town and city boundaries as depicted in this RFP. Coverage maps that abruptly stop at the service area border are not acceptable. Each of the radio system users often travel outside their normal service area for mutual aid and other interoperable communication reasons and an understanding of the potential extent of this coverage is required. Radio coverage that extends outside of the defined boundaries will not be included in the Radio Coverage Acceptance testing. The borders of individual cities, as well as the “red line” boundary, shall be clearly shown on any coverage map produced and presented in the Proposal. Use of ESRI Arc View shape files shall be used as the basis of the borders and are readily available to the Proposers from multiple online services. All coverage maps included in the Proposer’s response shall be printed on paper such that the printed scale for the maps has a minimum resolution of 1” = 4 Miles. Each coverage map shall include a legend with the following information, (alternately this information can be on an accompanying “parameter” cover sheet that clearly references the particular map.) 1. Type of coverage displayed on the individual map: a. Portable on the street b. Portable in 10 dB buildings, RCC Consultants, Inc.

30

Page 9

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

c. Portable in 20 dB buildings, d. Portable in 30 dB buildings 2. Location and height of the antenna a. Portable radio (radio and antenna at belt level at 3 feet AGL) b. Type of portable carrying device (belt clip) 3. Area Reliability % 4. Delivered Audio Quality (DAQ) 5. System Type a. Digital Project 25 Phase 2 6. RF signal levels range in dBm corresponding to the coverage colors displayed on the map a. b. c. d.

Green – Portable coverage on the street Blue – Portable coverage Inside standard structures, up to 10 dB penetration loss Red – Portable coverage Inside heavy structures, up to 20 dB penetration loss Yellow – Portable coverage Inside heavy structures, up to 30 dB penetration loss

7. For each coverage type (On-Street, 10 dB, 20 dB, 30 dB), Proposers shall state how many square miles of 95% reliable coverage is provided within the participating agency’s “red line” Service Area Boundary. Coverage outside of the Service Area Boundary shall not be included in these numbers. Land Use/Land Cover Data: A separate map exhibit must be provided showing the land use/land cover (LULC) data used for this project. The source and publication date of the LULC database must be provided. The latest available data is preferred along with a color land use map showing where each use category was used. A table that describes each use category and lists the dB loss value associated with it shall accompany this map. Simulcast Time Delay Interference: All coverage maps must account for (display) any harmful time delay interference (TDI) that may occur in the proposed system configuration if such interference falls within the coverage footprint shown on the map. This means that forecasted areas of TDI must be clearly shown on the coverage maps in (grey) or be shown as “non-covered” areas. Additionally, a separate TDI map shall be provided solely depicting areas with potential TDI in (grey). Quantity of Coverage Maps: Maps shall be provided for the composite simulcast system only. Individual simulcast repeater site maps are not required. A1.6 Overview of Radio Coverage Testing Processes A1.6.1

Introduction

Coverage testing shall be conducted as part of the System Acceptance Testing process to verify that the appropriate levels of coverage performance have been provided for the P25 trunked simulcast radio system. The following two parameters shall be used throughout the DAQ testing: x

All DAQ tests shall be performed in the "Project 25 Phase 2" mode of operation.

x

All DAQ tests shall be performed in the "encrypted" mode.

RCC Consultants, Inc.

30

Page 10

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

Radio Coverage Testing Timeline: As part of the response to these requirements, the Proposer shall provide a projected timeline giving the expected duration of the coverage acceptance test. The Proposer shall include all elements of the testing program from set-up and calibration to the presentation of the final data. Each major task shall be denoted and a time assigned to the task along with the personnel requirements. Coverage Testing Pricing: The Proposer shall quote a price for the radio coverage acceptance testing as a separate part of the pricing proposal. The pricing shall be segmented as follows: 1. Portable On-Street / Random Building coverage testing 2. Specific Building coverage testing 3. Outbound Signal Level and Bit Error Rate testing A1.6.2

Equipment Preparation and Documentation

All mobile and portable radios supplied by the Contractor shall be from the stock to be supplied to the participating agencies. The Contractor shall present the design for all test instrumentation to the participating agencies for approval prior to starting the test. The participating agencies and its consultants reserve the right to disapprove any instrumentation or procedures that do not comply with contractual requirements or that do not provide valid test results. The Contractor has sole responsibility to provide instrumentation and procedures that are acceptable. During these tests, no adjustments shall be made to the repeaters, mobile units, portable units, or test instrumentation without the participating agency’s approval in writing once the participating agencies have observed appropriate calibration of all units. The radio coverage testing process will not begin until the P25 trunked simulcast radio system infrastructure has been properly installed, tested, and fully optimized. At a minimum, the following items must be tested/measured by the Contractor prior to the initiation of radio coverage testing. x

Repeater / transmitter output power and deviation for each channel

x

Effective receiver sensitivity for each channel

x

Transmit and receive frequency noise floor sweeps for each channel to identify harmful interference prior to the test

x

Repeater antenna time delay reflectometry (TDR), VSWR and return loss sweeps for each antenna

x

Measured insertion loss for the entire repeater transmit and receive path from each repeater to the associated transmit and receive antennas

x

Noise Floor for each channel on each site

x

Current certification of test equipment calibration for all equipment used to verify system performance

The Contractor shall keep thorough records during the equipment testing process and shall provide a permanent record of the testing results to the participating agencies and the consultant. Prior to initiation of coverage testing, the Contractor shall provide a written statement to the participating agencies that the infrastructure is ready for coverage testing. Once the CATP begins, the Contractor shall notify the participating agencies for consent and scheduling of any work to be performed on the system’s infrastructure. System modifications such RCC Consultants, Inc.

30

Page 11

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

as replacement or reorientation of base station antennas or other factors that impact radio coverage, including software roaming parameters, shall not be changed without the participating agency’s written approval. If such changes are approved, the participating agencies reserve the right to proclaim that a portion or all of the affected areas be retested. The Contractor shall record and track the make, model, and serial numbers of all radio equipment used during the radio coverage testing process. This documentation shall include the versions of software and settings programmed into each of the radios, along with the type of battery used for testing purposes. The Contractor will devise a plan to ensure that well-charged portable batteries are used during all testing. A1.6.3

20 dB Attenuated Portable Radios

The Contractor shall prepare a minimum of five portable radios, the same model series as those procured, with 20 dB of attenuation for both transmit and receive. The Proposer shall describe their method for preparing these attenuated portable radios. The application of these radios to the coverage test is described later in this section. A1.6.4

Test Teams and Configurations

The coverage testing will be staffed with a number of Dispatch teams located at one of the dispatch centers, and a number of Field teams in vehicles. Participating agencies will provide staff for the coverage test teams (Dispatch and Field). Proposers in their response shall state the number of test teams required to complete the testing in the time allotted in their schedule for coverage testing. Each Field team will utilize an iPad or tablet computer for recording test results for all test calls. The Contractor shall provide the iPads. Each Dispatch team will be assigned a unique trunked talkgroup and will support two Field teams. The Field test teams will be equipped with digital camcorders (provided by the participating agencies) to record the testing process. Representatives of the participating agencies will operate and maintain the camcorders during the testing. The Contractor team will operate and maintain the iPad based record sheets. The test teams shall be staffed as follows: Dispatcher Teams

Half of the Dispatch teams will be equipped with a dispatch console. The second half of the Dispatch teams will be equipped with a portable radio (for portable-to-portable test calls). Each Dispatcher team will consist of: x

Dispatcher - Agency employee or representative, performs DAQ grading.

x

Test Monitor - Provided by Contractor, performs DAQ grading.

x

Test Monitor - Third party, such as the City’s consultant

Field Teams

Each Field team will be equipped with a portable radio. Each Field team will consist of: x

Driver - Agency employee or representative performs DAQ grading.

x

Test Monitor - Provided by Contractor, performs DAQ grading.

x

Test Monitor - Third party, such as the City’s consultant RCC Consultants, Inc.

30

Page 12

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

The Field teams will record all test results, including the grading given by the Dispatch teams. A1.6.5

Service Area Gridding

The P25 trunked simulcast radio system Service Area to be tested is the area described earlier in this section. For test purposes, this area shall be divided into approximately 3550, ¼ mile square grids. The Contractor shall test coverage in all accessible grids. Grids that cannot be accessed will not be counted in the reliability calculation. The participating agencies may elect to pass certain grids if it is obvious that they are adequately covered. All accessible grids intersecting or contained within the defined coverage area will be tested. The participating agencies shall have the ability to assert during the coverage test that additional testing be performed in inaccessible grids that cover areas of particular interest to the participating agencies. These agencies shall arrange for permission and escorts to enter such facilities. A1.6.6

Tests to be Performed in Each Grid

The P25 trunked simulcast radio system coverage test will consist of the following tests in each grid. All tests will be split between the Dispatch teams assigned to dispatch consoles and Dispatch teams assigned to portable radios. x

Portable On-Street Audio Quality

Portable On-Street inbound and outbound Delivered Audio Quality (DAQ) tests shall be performed throughout the Service Area. For any given grid, both the inbound and outbound call must pass for the grid to pass. The pass/fail criteria shall be DAQ 3.4 and 95% area reliability. x

Portable in Random Buildings Audio Quality

In order to confirm the Proposer’s design for 20dB in-building coverage, portable inbound and outbound Delivered Audio Quality (DAQ) tests shall be performed in Random Buildings throughout the Service Area. For any given test point, both the inbound and outbound call must pass for the test point to pass. The pass/fail criteria shall be DAQ 3.4 and 95% of all buildings tested, and 95% of the areas in each building. In-Building coverage is extremely important to the participating agencies. Accordingly, the agencies have developed a list of buildings (see Exhibit 1), all of which will be tested as part of the Random Building test. The procedures for testing these buildings as well as other elements of the Random Building test procedures are described in section A1.6.7 below x

Mobile Outbound Signal Level and Bit Error Rate

Mobile outbound Signal Strength and Bit Error rate (BER) testing shall also be performed throughout the Service Area for informational purposes and will not have a pass/fail criteria. A complete description of the testing instrumentation shall be provided in the Proposer’s proposal. Additionally, the Proposer shall indicate what type of signaling is being used for the talk-out BER signal test and its origin (generating source). At the minimum, the signal level testing shall be done with automated test instrumentation installed in the vehicle. The test package shall automatically record the position of the test vehicle (by means of GPS positioning) at the time of a reading, and record the signal strength/BER. The signal shall be measured in such a manner to allow for at least 500 signal samples to be taken over 40 wavelengths for each test grid, with the sampling rate adjusted for the vehicle’s speed. The mobile antenna for the test RCC Consultants, Inc.

30

Page 13

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

package shall be a quarter-wave antenna with magnetic mount and shall be mounted on the trunk deck of the vehicle. A1.6.6

Tests to be Performed in Specific Buildings

Portable inbound and outbound Delivered Audio Quality (DAQ) tests shall be performed throughout the Specific Buildings listed in the Specific Buildings tables above. For any building listed that is actually multiple unattached structures (a campus, parking garage, etc.), all structures in the location shall be tested, and the 95% requirement shall be treated independently for each “structure.” The pass/fail criteria for these buildings shall be successful communications with a minimum DAQ 3.4 for 100% of all buildings (structures) tested, and 95% of each building’s (structures) test locations. The Specific Buildings coverage is deemed to meet the coverage requirements if all of the Specific Buildings are scored as pass. A1.6.7 x

Test Procedures

Test Calls

Upon entering each grid, test calls are placed to and from Dispatch teams and Field teams for each of the tests. The field team test message shall consist of identification of the location being tested, as well as a short message representative of typical public safety call durations (approximately 8-15 words from a periodical or magazine.). The test message response from the dispatch team will consist of 8 – 15 words from a periodical or magazine. Each successful test point must deliver audio quality of at least DAQ 3.4 both in the inbound and in the outbound directions. For any given test point, both the inbound and outbound call must pass for the test point to pass. A failure in either the inbound or outbound direction will constitute a failed test call, subject to a test retry. x

Portable on Street and Random Buildings Test Procedures

As part of test preparation, the Contractor will document the grid numbers in which each of the buildings listed in Exhibit 1 fall. Upon entering a grid, the Field Team will: 1. Determine if a building listed in Exhibit 1 is contained within the grid. If yes, then that will be the Random Building selected for the grid. 2. If the grid does not contain a building listed in Exhibit 1, then the team will locate a Random Building that is consistent with the characterizations given in Table A1.6.7A below for the 20 dB Random Building category. 3. If the grid does not contain a building listed in Exhibit 1 and there is not a 20 dB category building in a grid, then the team shall attempt to locate a 10dB category building in which to perform the test. Teams shall avoid testing in buildings like those characterized in the 30 dB category. 4. If no Random Building can be found by the test team for a grid, then the test team shall perform an inbound and outbound Audio Quality test using the “20 dB Attenuated Portable Radio” and record the results. This test will then serve as the Random Building test for that grid.

RCC Consultants, Inc.

30

Page 14

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

Table A1.6.7A – Random Building Characteristics Building Category

Examples of Buildings

Random Buildings with 10 dB or less of loss

Random Buildings with 20 dB or less of loss

Random Buildings with 30 dB or less of loss

Convenience store Valero, Shell, Chevron, etc. gas station Strip Center with large windows Restaurant with large windows Strip Center with no windows Multi-story building with windows Middle & Elementary Schools Bank Building Home Depot, Lowes, Walmart Multi-story building with small or few windows Mall Department store Multi-story Hospital Large concrete or heavily constructed building

The Field Team will first perform the Portable On-Street Audio Quality test outside of the selected random building, and then proceed to perform the Portable in Random Building Audio Quality test. Upon entering the Random Building, the testing will be conducted as described in Table A1.6.7B below: Table A1.6.7B - Random Building Test Procedure The building’s lowest indoor floor that is completely above ground level will be tested. Test points will include at least one point at each of the furthermost accessible locations in the four corners, and one in the center of the floor. Beyond the initial five test points, additional test points evenly distributed throughout the floor shall be tested so that there is no more than 100 foot spacing between test points. The results of each test point shall be recorded separately and may utilize a retry if necessary as described below. All test locations will be above ground level. x If more than 5% of the test points fail, then the building will be more thoroughly tested by performing a test with minimum of 20 test points, evenly spread throughout the first floor, following a 50 foot spacing guideline. If more than 5% of the test points still fail, then additional test points may be performed on each floor, If the more thorough test results in an overall failure rate of more than 5% (2/20, 2/30, 3/40, etc.), then the Random Building is scored a fail.

If any building listed in Exhibit 1 has multiple unattached structures (a campus, parking garage, etc.), all structures in the location shall be tested, and the 95% requirement shall be treated “collectively” for all structures, resulting in one pass/fail record for that Random Building. If there is more than one building listed in Exhibit 1 contained within a grid, then all will be tested as part of the Random Building test process. However, only the building closest to the center of the grid will count in the pass/fail calculation. The other building(s) will be tested and results presented for informational purposes only so the agencies are aware if any coverage issues exist within these facilities. Any Random Building test points that fail must be recorded with a location description sufficient to go back to that same failed point at a later date.

RCC Consultants, Inc.

30

Page 15

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

x

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

Specific Buildings Test Procedures

Upon entering the Specific Building, the testing will be conducted as described in Table A1.6.7C below. Test points shall include all areas of the building. Basements, multi-level basements, stairwells, and parking garages will all be included as test locations. The participating agencies may pass a building prior to completion of its testing if it is obvious that the building is adequately covered. Table A1.6.7C - Specific Building Test Procedure The 37 buildings listed as “Specific Buildings” shall be tested for 95% reliability. Valid test points shall include all areas of the building. The building’s lowest two floors (even if one or both are basements or parking garages) will be tested. Each floor shall have at least 20 test points, with at least one point at each of the furthermost accessible locations in the four corners. Beyond the initial twenty test points, additional test points evenly distributed throughout each floor shall be tested so that there is no more than 50 foot spacing between test points. Elevators, basements, and stairwells must also be included as test locations. Parking garages, if part of the Specific Building property, shall also be tested. The results of each test point shall be recorded separately and may utilize a retry if necessary as described below. If after testing the lower two floors for any specific building (or group of attached buildings), there are more than 5% test point failures, a more thorough test will be required. At this time the next floor, moving up, will be tested following the same test point procedures. If more than 5% of the cumulative test points on the last two floors still fail, then the next floor, moving up, will be tested. This process of moving up and testing additional floors will continue until: The cumulative failures are 5% or less - or - All floors have been tested

x

Test Retry

Each portable failed radio test point will be allowed a retry. In the event that the first On-Street, Random Building, or Specific Building test point is unsuccessful, the Field team will be permitted a second (final) attempt, within five (5) feet from the previous test. If the final attempt to communicate fails (no access or audio quality below DAQ 3.4), that test location will be deemed a failure. A successful final attempt will be considered a successful retry. If a test team realizes that a particular voice test was unsuccessful due to operator error (i.e. volume set too low, not speaking into microphone, on wrong talkgroup, etc.), then the test team will correct the operator error and perform the test again. Such an occurrence would not be counted as a retry. All retries will be counted. The number of successful retries counted as a “pass” may constitute no more than 5% of the test grids for any of the DAQ tests.

RCC Consultants, Inc.

30

Page 16

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

x

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

Test Grading

There will be two DAQ graders for each Dispatcher team and two for each Field team, one from the City and one from the vendor. The third party representative is observing and recording the testing with a camcorder, as well as serving as a test monitor. The Contractor is serving as the record keeper and navigator. If both graders agree that the voice quality does not meet the defined DAQ 3.4 criteria, then that test location fails, and a retry shall commence. All test grading shall be recorded on templates devised for the iPads. Upon making an entry, recorded results will be cross-checked by a different team member. If a DAQ score differs between the two testers on the same test team and results in a failing score from only one tester, then the third party representative will cast a decisive vote. x

Daily Data Collection

At the end of each test day, the Contractor shall provide a copy of all recorded test data (i.e., iPad Files and raw data), to the participating agencies or their representative. Any special software (software not commercially available) required to read the test results shall be provided to the participating agencies. A1.6.8

Protection from Excessive Grid Failures in a Particular Area

It is unacceptable to the participating agencies to implement a radio system that has an unusually high number of failed grids within a particular area, while still meeting the overall coverage reliability goals. Proposers shall devise and include in their responses a methodology and plan of ensuring that the participating agencies are protected from the scenario of having an unusually high number of failed grids within a particular area. One such methodology that has been accepted and effective in the past is some adaptation of the “Supergrid” concept. If during the process of performing the coverage test, the test management team determines there are an unusually high number of failed grids within a specific vicinity, then the test management team shall halt testing in that area and attempt to diagnose the issue for potential radio system infrastructure problems, portable radio issues, etc. A1.6.9

Results Preparation

After all testing has been completed; the Contractor will evaluate the test results by compiling all of the data gathered for each test scenario. The Contractor will provide a summary of the test results and the extent to which the following were successful: x

A minimum of 95% of grids passed the Portable On-Street Audio Quality inbound and outbound tests with a DAQ of 3.4 or higher.

x

A minimum of 95% of Random Buildings evaluated passed, with 95% of each building's inbound and outbound test locations having a DAQ of 3.4 or higher. The results of grids without a Random Building that utilized the “20 dB Attenuated Portable Radio” will also be included in this calculation. If the Random Building test reliability does not meet the 95% reliability requirement, the Contractor shall have the ability to conduct alternate tests for any failed Random Buildings utilizing the “20 dB Attenuated Portable Radio” to perform inbound and outbound Audio Quality testing. In this case, one location will be selected near the building at which to perform the test. The results of this alternate test will then replace the failed Random Building test. RCC Consultants, Inc.

30

Page 17

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

x

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

For the 37 Specific Buildings, 95% of each building's (or each structure, if a Specific Building has multiple unattached structures) test locations passed with a DAQ of 3.4 or higher.

The Contractor will also provide the participating agencies with Mobile Outbound Signal Level and Bit Error Rate test results for informational purposes for all accessible grids in the Service Area. The formula for calculating Area Reliability for each test configuration shall be as follows:

% Area Reliability =

Passed Test Points (no retry) + Passed Test Points (retry*)

X 100

Total Tested Points * Successful retries may constitute no more than 5% of the test points in any given test.

A1.7 Use of Existing Sites The City’s of Garland and Mesquite each have existing trunked radio systems and multiple tower sites. Participating agencies would like to re-use existing site components such as radio towers, equipment shelters, and back-up power systems to the extent possible. It is understood that Proposers will be providing a coverage guarantee so the use of these existing sites is not mandatory, but preferred. In the event that the preferred sites are not suitable for the Proposer’s design, non-preferred sites may be utilized. A list of “Possible Future Sites” is also included below that may be utilized if needed. Sites that are not listed may be utilized if necessitated by the Proposer’s design, however this would be undesirable. The following tables provide specific information about each of these sites that should be considered as “preferred”. For new sites, location information has been provided. A1.7.1

Existing Sites

Table A1.7A – Rowlett Road Radio Tower Site (Garland)* Tower Site Owner: Dallas County Latitude: 32-51-02.5 N Longitude: 96-35-30.3 W Structure Height: 470’ Ground Elevation: 153 m ASR Number 1247952 Site Address on ASR: 715 Rowlett Road, Garland TX, 75042 Tower Type: Self Supported Equipment Shelter Type: Oldcastle Pre-fabricated concrete (2006) Back-up Power Generac 70 KW Single Phase (2006) UPS Liebert Infinity 10KVA HVAC Type Marvair Lead-Lag Dual HVAC system *This site includes a radio tower that is owned by the City of Garland on Dallas County-owned land. The equipment shelter consists of a dual equipment room with separate back-up power systems. The site was constructed in 2006. Table A1.7B – Lawler Water Tower Site Information (Garland)* Tower Site Owner: City of Garland RCC Consultants, Inc.

30

Page 18

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

Table A1.7B – Lawler Water Tower Site Information (Garland)* Latitude: 32-55-24.1 N Longitude: 96-41-25.8 W Structure Height: 150’ Ground Elevation: 192.6m ASR Number No ASR Assigned Site Address on ASR: 3900 Lawler Road, Garland TX, 75042 Tower Type: Water Tower Equipment Shelter Type: Pre-fabricated concrete Onan 60ENA (40Kw-Single Phase) with OTCU-225C Back-up Power Transfer Switch, manufactured in 1993 UPS Liebert 20KVA HVAC Type Bard Lead-Lag Dual HVAC system *This water tower site is one of the oldest structures in the City and may be decommissioned sometime during the life of the new radio system. For this reason, the City is interested in the possible installation of a new self supported radio tower at the same site as part of this radio system procurement. Table A1.7C - Commerce Street Water Tower Site (Garland)* Tower Site Owner: City of Garland Latitude: 32-54-34.6 N Longitude: 96-36-44.3 W Structure Height: 225’ Ground Elevation: 152.4 m ASR Number 1273219 Site Address on ASR: 1348 Commerce Street, Garland TX, 75042 Tower Type: Water Tower Equipment Shelter Type: Custom Built Shelter inside Base of Water Tower Back-up Power Generac 70 KW Single Phase UPS Liebert Infinity 10KVA HVAC Type Marvair “Scholar III” Dual HVAC system *This site was the newest site added to the current 3-site simulcast system. The equipment shelter has been constructed within the base of the water. The site was placed into service in 2010. Table A1.7D – Service Center Tower Site (Mesquite)* Tower Site Owner: City of Mesquite Latitude: 32-46-07.0 N Longitude: 96-35-10.9 W Structure Height: 270’ Ground Elevation: 508’ ASR Number 1062670 Site Address on ASR: 1101 E. Main Street, Mesquite TX, 75149 Tower Type: Free Standing Structure Equipment Shelter Type: Pre-Formed Concrete Building Cummins Generator, Onan Transfer Switch, Eaton Back-up Power Powerware™ UPS HVAC Type Wall-mounted single unit RCC Consultants, Inc.

30

Page 19

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

*This one of the original sites implemented in Mesquite’s single site (with redundant back-up) system.

A1.7.2

Possible Future Sites

Tower Site Owner: Latitude: Longitude: Ground Elevation: Site Address:

Tower Site Owner: Latitude: Longitude: Ground Elevation: Site Address:

Tower Site Owner: Latitude: Longitude: Ground Elevation: Site Address:

Table A1.7E – Potential Tower Site #1 (Garland) City of Garland 32:52:15.50 N 96:39:46.13 W 593’ Corner of Leon and McCree – Future Water Tower Site Table A1.7F – Potential Tower Site #2 (Garland) City of Garland 32:57:30.6 N 96:36:50.0 W 475’ Corner of Lavon Drive & Firewheel Parkway – GP&L Ben Davis Sub-Station Table A1.7G – Potential Tower Site #3 (Garland) City of Garland 32:58:50.30 N 96:38:21.30 W 502’ Near Garland Ave & Campbell Rd – GP&L Firewheel Sub-Station, Firewheel Water Tanks

Tower Site Owner: Latitude: Longitude: Ground Elevation: Site Address:

Table A1.7H – Potential Tower Site #4 (Garland) City of Garland 32:59:00.80 N 96:39:23.80 W 540’ Near the Intersection of Telecom and Lookout Drive

Tower Site Owner: Latitude: Longitude: Ground Elevation: Site Address:

Table A1.7I – Potential Tower Site #5 (Garland) City of Garland 32:58:02.36 N 96:37:09.30 W 498’ Fire Station 10 - 1556 Providence Road

Table A1.7J – New Rowlett Fire Station Tower Site (Rowlett) Tower Site Owner: City of Rowlett Latitude: 32:53:57.200 N Longitude: 96:31:14.200 W RCC Consultants, Inc.

30

Page 20

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

Table A1.7J – New Rowlett Fire Station Tower Site (Rowlett) Ground Elevation: 472’ Site Address: 8300 Block of Schrade Road Table A1.7K – New Town East Water Tower Site (Mesquite)* Tower Site Owner: City of Mesquite Latitude: 32:48:32.984 N Longitude: 96:37:05.909 W Ground Elevation: 535’ Site Address: 3200 Block of Towne Center Drive Table A1.7L – New McKenzie Water Tower Site (Mesquite)* Tower Site Owner: City of Mesquite Latitude: 32:42:25.096 N Longitude: 96:34:19.446 W Ground Elevation: 456’ Site Address: 3035 McKenzie Road Table A1.7M – Forney Radio Tower Site (Forney)** Tower Site Owner: City of Forney Latitude: 32:44:02.200 N Longitude: 96:27:19.700 W Ground Elevation: 453’ Site Address: 110 Justice Center Drive *The City of Mesquite has offered these two sites as “preferred locations” and have plans for building equipment rooms in the base of these water towers. **The City of Mesquite has been communicating with the City of Forney to possibly use this site to provide coverage in the southern areas of the City of Mesquite Proposer’s Compliancy Matrix Proposers shall insert a compliancy matrix for Section X. Fully Compliant

Partially Compliant

Non-Compliant

INSERT COMPLIANCY MATRIX FOR SECTION X

RCC Consultants, Inc.

30

Page 21

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

Exhibit 1 Table 1.A - Random Buildings in Garland Reference #

Facility

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43

Chambrel Senior Living Center Bank Building Garland Parks Operation Newman Power Plant Cisneros Prekindergarten School Parsons Prekindergarten School Abbott Elementary School Beaver Tech Center for Math & Science Bradfield Elementary School Bullock Elementary School Caldwell Elementary School Carver Elementary School Centerville Elementary School Vial Elementary School Club Hill Elementary School Cooper Elementary School Couch Elementary School Daugherty Elementary School Davis Elementary School Ethridge Elementary School Freeman Elementary School Golden Meadows Elementary School Handley Elementary School Heather Glen Elementary School Herfurth Elementary School Hickman Elementary School Hillside Academy for Excellence Kimberlin Academy for Excellence Lister Elementary School Luna Elementary School Montclair Elementary School Northlake Elementary School Park Crest Elementary School Roach Elementary School Shorehaven Elementary School Shugart Elementary School Southgate Elementary School Spring Creek Elementary School Toler Elementary School Walnut Glen Academy for Excellence Watson Tech Center for Math & Science Weaver Elementary School Williams Elementary School RCC Consultants, Inc.

30

Facility Address 10 & 11 Colonel Street Glenbrook and Avenue B 525 Tower Street 525 East Avenue B 2826 Fifth Street 2202 Richoak Drive 730 W. Muirfield Dr 3232 March Ln 3817 Bucknell Dr 3909 Edgewood Drive 3400 Saturn Road 2200 Wynn Joyce 600 Keen Road 126 Creekview Drive 1330 Colonel Drive 1200 Kingsbridge Drive 4349 Waterhouse Boulevard 500 W. Miller Road 1621 McCallum Drive 2301 Sam Houston Drive 1220 Walnut Street 1726 Travis Street 3725 Broadway Boulevard 5119 Heather Glen Drive 7500 Miller Road 3114 Pinewood Drive 2014 Dairy Road 1520 Cumberland Road 3131 Mars Drive 1050 Lochness Lane 5200 Broadmoor Drive 1626 Bosque Drive 2232 Parkcrest Drive 1811 Mayfield Avenue 600 Shorehaven Drive 4726 Rosehill Road 1115 Mayfield Avenue 1510 Spring Creek Drive 3520 Guthrie Road 3101 Edgewood Drive 2601 Dairy Road 805 Pleasant Valley Road 1821 Old Gate Lane Page 22

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

Table 1.A - Random Buildings in Garland Reference # 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84

Facility Austin Academy for Excellence Bussey Middle School Brandenburg Middle School Houston Middle School Jackson Tech Center for Math & Science Lyles Middle School O'Banion Middle School Sellers Middle School Webb Middle School Garland High School Lakeview Centennial High School Memorial Pathway Academy Naaman Forest High School North Garland High School South Garland High School Cooperative Behavior Center GISD Alternative Education Center Warren School Agricultural Training Center Curtis Culwell Center Harris Hill Administration Building Padgett Auxiliary Services Center Print Shop, Risk Management Shugart Professional Development Center Student Services Center Tax Office Technology Center Transition Learning Center Transportation International Leadership of Texas Brighter Horizons Academy Remington College Amberton University Richland College – Garland Campus US Food Service Chase Bank Building Verizon Building Bass Pro Shop Wal-Mart Winters Park Nursing & Rehabilitation Center Winters Park Assisted Living and Memory Care

RCC Consultants, Inc.

30

Facility Address 1125 Beverly Drive 1204 Travis Street 626 Nickens Road 2232 Sussex Drive 1310 Bobbie Lane 4655 S. Country Club Road 700 Birchwood Drive 1009 Mars Drive 1610 Spring Creek Drive 310 S. Garland Avenue 3505 Hayman Drive 2825 S. First Street 4843 Naaman Forest Boulevard 2109 Buckingham Road 600 Colonel Drive 221 S. Ninth Street 2015 S. Country Club Drive 2625 Anita Drive 2210 Pleasant Valley Road 4999 Naaman Forest Boulevard 501 S. Jupiter Road 701 N. First Street 414 Stadium Drive 870 W. Buckingham Road 720 Stadium Drive 901 State Street 410 Stadium Drive 901 State St, Suite B 326 Stadium Drive 3301 N Shiloh Rd 3145 Medical Plaza Dr 1810 Eastgate Drive 1700 Eastgate drive 675 W. Walnut St. 950 S. Shiloh 3200 Broadway Blvd 2830 S. First 5001 Bass Pro Dr 801 Marketplace 3737 N Garland Ave 3450 Wagon Wheel Rd

Page 23

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

Table 1.B - Random Buildings in Mesquite Reference # 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128

Facility Mesquite Community Hospital Mesquite Municipal Center Achziger Elementary Austin Elementary Beasley Elementary Black Elementary Cannaday Elementary Florence Elementary Floyd Elementary Galloway Elementary Gentry Elementary Gray Elementary Hanby Elementary Hodges Elementary Kimball Elementary Lawrence Elementary Mackey Elementary McKenzie Elementary McWhorter Elementary Moss Elementary Motley Elementary Pirrung Elementary Porter Elementary Price Elementary Range Elementary Rugel Elementary Rutherford Elementary Seabourn Elementary Shands Elementary Shaw Elementary Smith Elementary Thompson Elementary Tisinger Elementary Tosch Elementary Administration Building (A & B) Administrative Annex Florence Annex L.A. Berry Support Complex Mesquite Academy: AEC of Choice Professional Development Center Service Center Student Support Center Technology Excellence Center Mesquite Rodeo

RCC Consultants, Inc.

30

Facility Address 3500 IH30 1515 N. Galloway 3300 Ridge Ranch Road 3020 Poteet Drive 919 Green Canyon 328 E. Newsome Road 2701 Chisolm Trail 4621 Gleneagle 3025 Hickory Tree Road 200 Clary Drive 1901 Twin Oaks Drive 3500 Pioneer Road 912 Cascade Street 14401 Spring Oaks Drive 4010 Coryell Way 3811 Richman 14900 North Spring Ridge Circle 3535 Stephens Green 1700 Hickory Tree 1208 New Market 3719 Moon Drive 1500 Creek Valley 517 Via Avenida 630 Stroud Lane 2600 Bamboo 2701 Sybil Drive 1607 Sierra 2300 Sandy Lane 4836 Shands Drive 707 Purple Sage 2300 Mesquite Valley Road 2525 Helen Lane 1701 Hillcrest Street 2424 Larchmont 405 East Davis Street 329 East Davis Street 105 Florence Street 2133 North Belt Line Road 2704 Motley Drive 2600 Motley Drive 800 East Kearney 714 East Kimbrough 612 East Davis 1818 Rodeo Dr

Page 24

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, MAY 2014

Table 1.C - Random Buildings in Rowlett Reference # 129 130 131 132 133 134 135 136 137 138 139 140 141 142 143 144 145 146

Facility Back Elementary School Dorsey Elementary School Herfurth Elementary School Keeley Elementary School Liberty Grove Elementary School Pearson Elementary School Rowlett Elementary School Steadham Elementary School Stephens Elementary School Cullins Lakepointe Elementary Coyle Middle School Schrade Middle School Fire Station #1 Fire Station #2 Fire Station #3 Fire Station #4 Wal-Mart Target

Facility Address 7300 Bluebonnet Dr 6200 Dexham Road 7500 Miller Road 8700 Liberty Grove Road 10201 Liberty Grove 5201 Nita Pearson Drive 3315 Carla Drive 6200 Danridge Road 3700 Cheyenne Drive 5701 Scenic Dr 4500 Skyline Drive 6201 Danridge Road 3900 Miller Road 5100 Dalrock Road 8000 Princeton Road 6800 Rowlett Road 2501 Lakeview Pkwy 4701 Lakeview Pkwy

Table 1.D - Random Buildings in Sachse Reference # 147 148 149 150 151 152 153

Facility Agricultural Center New Wal-Mart (future) New Wal-Mart (future) Armstrong Elementary School Sewell Elementary School Whitt Elementary School Hudson Middle School

RCC Consultants, Inc.

30

Facility Address 6101 Ben Rd 8015 Woodbridge Pkwy 6750 Murphy Rd 4750 Ben Davis 4400 Hudson Drive 7520 Woodcreek Way 4405 Hudson Drive

Page 25

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, JULY 2014

S Early Release of Coverage Requirements for the Garland, Mesquite, Rowlett, and Sachse P25 Trunked Radio System

Addendum #1 The purpose of this addendum to the Early Release of the Radio System Coverage Requirements is to provide vendors with additional information regarding the list of “Preferred Sites” included in the Coverage Requirements Section. The project team has decided that it would prefer not to re-use the Lawler Water Tower site in Garland for the future system configuration. This site will undergo modifications in the future that will include the possible dismantling of the water tower. Another option has been provided by the City that includes the possibility of building up to a 300’ tower at a site (Table A1.1) closer to the downtown Garland area. This site information is included below and would replace the Lawler Water Tower Site in the “Preferred Site” list. Site Owner: Latitude: Longitude: Ground Elevation: Site Address:

Table A1.1 – Forest Lane Tower Site (Garland) City of Garland 32:54:37.2 N 96:39:39.8 W 584’ Near Garland Water Department – 2300 Block of Forest Lane

RCC Consultants, Inc.

30

Page 1

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, JULY 2014

S Early Release of Coverage Requirements for the Garland, Mesquite, Rowlett, and Sachse P25 Trunked Radio System

Addendum #2 The purpose of this addendum is to answer questions that have been submitted in response to the Early Release of the Coverage Requirements Section of the RFP. 1.

Question “Regarding RFP Section A1.4: Would it be possible for the Cities to arrange access to the 37 buildings. Would the Cities provide access to the 37 specific buildings in the form of an escort and letter to building owners? Preferred dates would be the week of July 7th, with two teams.” Answer Building access will be discussed during the Pre-Proposal conference. The cities will provide assistance to the extent reasonably possible. Scheduling of site visits will be accommodated for the existing radio infrastructure sites and for buildings listed on the “Specific Building” list subject to owner access limitations that may occur. Scheduling for the site visits to the Specific Buildings will be handled in a manner that is the most time efficient for the cities and least disruptive for the building owners. Multiple trips for different vendors cannot be provided. Site visits will likely involve a single group trip to specific buildings for which access can be obtained. Additional detail will be provided at the Proposers’ Conference.

2.

Question “The Cities RFP indicates the following requirement: All references to coverage reliability in this document refer to area reliability. For example, the phrase "95% coverage" indicates that if the total service area of the participating agencies is segmented into test tiles, a minimum of 95% of the test tiles will yield a Delivered Audio Quality of at least a 3.4 per table A1-2 above. We understand this requirement aligns with TSB 88-1.D’s definition of Service Area Reliability, which is the Service Area Reliability is the probability of achieving the desired CPC over the defined Service Area. A tile-based area reliability (q.v.) that is calculated by averaging the individual tile reliabilities for all tiles within the service area. It can be used as a system acceptance criterion. If the understanding that the Cities mean Service Area Reliability,? then Bounded Area Percent Coverage? where 95% reliability in 95% of the service area is not acceptable, and that the requirement is to cover 95% of the entire service area. Please confirm that this understanding is correct.” Answer This understanding is correct. The Cities are requiring a tile based Service Area Reliability, not a tile based Covered Area Reliability, and not a Bounded Area Percent Coverage. This is further clarified in the Overview of Radio Coverage Testing Processes RCC Consultants, Inc.

30

Page 1

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, JULY 2014

section of the Cities’ Radio Coverage Requirements, where it describes that the entire Service Area will be divided into grids, and ALL accessible grids within the Service Area Boundary will be tested and counted in the pass/fail calculation. If the Proposer’s coverage maps show a hole in the coverage within the Service Area boundary, the test tiles within the hole will still be counted in the pass/fail calculation.

3.

Question “Regarding RFP Section A1.4: Would it be possible for the Cities to provide floor plans for the 37 specific buildings?” Answer Providing floor plans for the 37 specific buildings is not possible at this point. If it is later determined that supplemental coverage is required within a certain facility, at that point the cities will attempt to work with the affected building owner(s) to gain access to floor plans. It should be understood that in some cases, such information may simply not be available.

4.

Question “In addition to P25 RF coverage, connectivity between sites for backhaul may depend on microwave line of site clearance or availability of fiber. Can the City provide information on which sites have fiber or will have fiber, and which sites will require microwave radio connections?” Answer All of this information will be provided in the RFP soon to be released. It is expected that the primary method of connectivity between each of the main infrastructure sites will be by microwave with fiber being used as an additional level of redundancy in most cases.

5.

Question “When will the full RFP be issued? What will be the due date for proposals for the full RFP?” Answer The RFP will be released as soon as possible and it is expected that vendors will have approximately 45 days to respond. Vendors have already been given the coverage requirements, so they should have already had the opportunity to get a head start on the system design.

6.

Question “What will be the implementation time frame for the system?”

RCC Consultants, Inc.

30

Page 2

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, JULY 2014

Answer The implementation time frame “goal” is 1 year after contract signing. The RFP will require that vendors provide a detailed timeline / schedule in a GANTT format for the complete system implementation including the timeframe for system installation, performance of the FATP and CATP, and projected date for final system acceptance. Schedules shall be provided in Microsoft Project Version 12 or later.

7.

Question “Please provide a shp or other geo-file which defines the required coverage area. Answer This will be attached

8.

Question “Will bidders be allowed to visit the 37 ?Specific Buildings? to determine their suitability for indoor coverage with/without a BDA?” Answer See response to Question 1

9.

Question “How many channels of 700 MHz trunked RF are anticipated for the overall system?” Answer The RFP will specify that 30 P25 Phase II talk paths will be required

10.

Question “Since the required coverage area is uniformly urban/suburban, why is there a requirement for LULC data to be used in the coverage analysis?” Answer The required service area includes many different environment types, including urban, suburban, open areas, water / lakes, and more. Vendors use different versions of Land Use Land Cover data and in many propagation models the losses assigned to certain LULC categories are variable. The purpose of requiring the vendors to use LULC in their coverage prediction and to provide a listing of the losses they have assigned to the categories provides for a more thorough review of the proposed coverage maps and assessment of the proposed system configuration. For example, if a coverage hole is RCC Consultants, Inc.

30

Page 3

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, JULY 2014

shown in the map, the LULC data will help identify the reason for the coverage deficiencies. The RFP Coverage Section that the “Early Release of the Radio System Coverage Requirements” document was based on will be revised in the upcoming RFP release to require that Vendors provide the actual date that their LULC data used was developed and whether or not that data has been updated recently.

11.

Question “Have the cities of Garland & Mesquite purchased APCO P25 phase 2 compatible mobile/portable subscriber equipment? If so, what make & model?” Answer There are very few Phase II capable radios that have been purchased by the participating agencies. Total quantities of radios and the configuration requirements will be included in the RFP.

12.

Question Section A1.6.7 does not address the testing procedure if multiple random buildings are in the same grid. Answer Section A1.6.7 does answer this question, it states the following: “If there is more than one building listed in Exhibit 1 contained within a grid, then all will be tested as part of the Random Building test process. However, only the building closest to the center of the grid will count in the pass/fail calculation. The other building(s) will be tested and results presented for informational purposes only so the agencies are aware if any coverage issues exist within these facilities.”

13.

Question “Please verify the address of Random Building #1: Chambrel Senior Living Center ? The address of the complex appears to be at 1245 Colonel Drive, not the given 10 & 11 Colonel Street.” Answer That is correct, 1245 Colonel Drive is the correct address. Vendors shall be aware that this facility has many different buildings

14.

Question “Page 1, cover letter: What are the addresses of the seven (7) dispatch centers?” RCC Consultants, Inc.

30

Page 4

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, JULY 2014

Answer Dispatch Center Name

15.

Dispatch Center Address

Garland Public Safety Dispatch

1891 Forest Lane

Garland Back-up Public Safety Dispatch

3300 Apollo Road

Mesquite Public Safety Dispatch

757 N. Galloway

Mesquite Back-up Public Safety Dispatch

1850 Clay Mathis

Rowlett Public Safety Dispatch

4401 Rowlett Road

Sachse Public Safety Dispatch

3815 Sachse Road

Garland Power & Light Dispatch

525 East Avenue B

Question “Section A1.7.2 - For the RFP “possible sites” can the heights of existing structures and antennas be provided?” Answer Many of the “potential sites” will be new and the vendors will need to verify the height of the tower in accordance with FAA and local requirements. Water tower sites listed as potential or “preferred” sites include the following along with the tower heights: Town East Water Tower – 200’ McKenzie Water Tower – 175’ Forney Radio Tower – 175’

16.

Question “Table A1.6.7C - Specific Building Test Procedure: The inclusion of BDAs, DAS systems, or increased RF site counts to meet the coverage requirements at all 37 buildings could be cost prohibitive to the customer. A typical RFP response would list the guaranteed building loss for each building.” Answer It is not expected that vendors will respond with BDA / DAS solutions, in which case the BDA / DAS is providing all of the coverage for the building. Rather, it is expected that the vendor’s P25 system infrastructure design will provide coverage throughout most areas of the specific buildings, and the BDA / DAS will only supplement a very small portion of RCC Consultants, Inc.

30

Page 5

S

&LW\RI*DUODQG THE CITIES OF GARLAND AND MESQUITE

%LG

P25 TRUNKED RADIO SYSTEM COVERAGE REQUIREMENTS, JULY 2014

the building not covered by the infrastructure if BDA / DAS enhancement is needed. Therefore, the Cities do not anticipate that any BDA / DAS solutions are going to be cost prohibitive. In addition, an excessive number of sites is also not expected to meet the 20 dB In-Building requirement.

17.

Question “Table A1.6.7A? Random Building Characteristics: There is a 30 dB building category listed, but there are no testing procedures that address a 30 dB building loss. Please clarify how the 30 dB building category is to be used.” Answer See response to question above

RCC Consultants, Inc.

30

Page 6

S

&LW\RI*DUODQG

%LG

Question and Answers for Bid #4469-14 - P25 Trunked Radio System

OVERALL BID QUESTIONS There are no questions associated with this bid. If you would like to submit a question, please click on the "Create New Question" button below.

Question Deadline: Sep 18, 2014 12:00:00 PM CDT

30

S