• No results found

CITY OF BARTLETT. Request for Proposals FY Public Safety Voice Radio Communications System

N/A
N/A
Protected

Academic year: 2021

Share "CITY OF BARTLETT. Request for Proposals FY Public Safety Voice Radio Communications System"

Copied!
116
0
0

Loading.... (view fulltext now)

Full text

(1)

Prepared by

Federal Engineering, Inc. 10600 Arrowhead Dr., Suite 160 Fairfax, VA 22030 703-359-8200

FINANCE

 

DEPARTMENT

 

6400

 

STAGE

 

ROAD

 

BARTLETT,

 

TENNESSEE

 

38134

 

A. Keith McDonald, Mayor

Mark Brown, Chief Administrator Officer Dick Phebus, Finance Director

Request for Proposals

FY2016-09-022

Public Safety Voice Radio Communications System

(2)

Table of Contents

1.  Project Overview ... 6 

1.1  Introduction ... 6 

1.2  Background ... 6 

1.3  Overview of this Document ... 8 

1.4  Project Summary ... 9 

1.4.1  Authorization ... 11 

1.4.2  Proposals Desired... 11 

1.4.3  Standards and Guidelines ... 11 

1.4.4  Frequency Coordination and Licensing ... 13 

2.  Instructions to Respondents ... 14 

2.1  Overview ... 14 

2.2  Mandatory Pre-Proposal Conference and Site Visits ... 15 

2.3  Proposal Format ... 15 

2.4  Evaluation ... 22 

2.5  Addenda to the RFP ... 24 

2.6  Award of Contract ... 24 

2.7  Business Status and Registration Requirements ... 25 

2.8  Standard Hold Harmless and Indemnification Clause and Insurance Requirements ... 25 

2.9  Bid, Performance and Payment Bond ... 25 

2.10  Bid Retraction ... 25 

2.11  Records Retention and Disclosure ... 26 

3.  Project Management ... 27 

3.1  Project Staffing ... 27 

3.2  Scheduling ... 28 

3.3  Project Meetings ... 29 

3.4  QA/QC Program ... 29 

(3)

3.6  Project Submittals ... 31 

3.6.1  Preliminary Design (45 days after contract award) ... 31 

3.6.2  Final Detailed Design (90 days after contract award) ... 32 

3.6.3  System Staging, Delivery, and Installation ... 33 

3.6.4  Final System Acceptance ... 33 

4.  Functional Requirements ... 35 

4.1  Overview ... 35 

4.2  Integrated Voice and Data Trunked Radio System ... 36 

4.2.1  Interoperability / Project 25 Statement of Requirements (SoR) ... 36 

4.2.2  Core System Features and Capabilities ... 37 

4.2.3  Site Selection ... 39 

4.2.4  Coverage ... 40 

4.2.5  Site Equipment ... 45 

4.3  Digital Microwave Network ... 47 

4.4  Microwave Backhaul Network Engineering ... 48 

4.5  Microwave Antenna System ... 49 

4.6  Microwave Backhaul Network Management ... 49 

4.7  Dispatch Console System ... 50 

4.7.1  Dispatch Console System General Requirements ... 50 

4.7.2  Dispatch Console System Operator Equipment Requirements ... 51 

4.7.3  Dispatch Console System Operability Requirements ... 54 

4.8  Logging Recorder ... 54 

4.9  Network Management System (NMS) Integration ... 56 

4.10  Network Management Terminal (NMT) ... 57 

4.11  Subscriber Radio Equipment ... 58 

4.12  Equipment Shelter (If required) ... 61 

4.12.1  Shelter Size ... 61 

4.12.2  Shelter Construction ... 62 

4.12.3  Shelter Design and Construction Requirements ... 62 

(4)

4.12.5  Bullet Resistance ... 62 

4.12.6  Fire Rating ... 62 

4.12.7  Insulation and Interior Finish ... 62 

4.12.8  Exterior Door ... 63 

4.12.9  Power Distribution ... 63 

4.12.10 Uninterruptable Power Supply (UPS) ... 64 

4.12.11 Lighting ... 66  4.12.12 HVAC ... 67  4.12.13 Site Alarms ... 67  4.12.14 Grounding ... 68  4.12.15 Entry Ports ... 68  4.12.16 Cable Ladder ... 68  4.12.17 Telco Board ... 68  4.12.18 Accessories ... 68  4.12.19 Drawings ... 69 

4.13  Site Generator (If required) ... 69 

4.14  Power and Electric Requirements ... 69 

4.14.1  Enclosure ... 69 

4.14.2  Muffler Type ... 69 

4.14.3  Control Panel ... 70 

4.14.4  Miscellaneous ... 70 

4.14.5  Automatic Transfer Switch (ATS) ... 71 

4.15  Self-Supporting / Monopole Tower (If required) ... 71 

4.15.1  Design Criteria ... 71 

4.15.2  Waveguide Support ... 72 

4.15.3  Waveguide Bridge ... 72 

4.15.4  Climbing Equipment ... 73 

4.15.5  Lighting System and Control (Option) ... 73 

4.15.6  Tower Installation ... 74 

(5)

4.15.8  Grounding System ... 77 

5.  Training ... 78 

5.1  Training Programs ... 78 

6.  System Implementation, Test and Acceptance ... 80 

6.1  Staging ... 80 

6.2  System Installation ... 81 

6.3  Coverage Testing ... 82 

6.4  Cutover Plan ... 84 

6.5  Final Acceptance Testing ... 84 

6.6  30-Day Operational Verification Period ... 85 

6.7  Decommissioning, Removal and Disposal of Legacy Equipment ... 86 

6.8  Trade in of Removed Equipment ... 86 

6.9  As-Built Documentation ... 87 

6.10  System Acceptance ... 87 

7.  Warranty, Maintenance, and Support ... 88 

7.1  Warranty ... 88  7.2  Post-Warranty Maintenance ... 90  7.3  Maintenance ... 91  7.3.1  General Requirements ... 91  7.3.2  Maintenance Standards ... 92  7.4  Parts Availability ... 92  7.5  Spare Equipment ... 93 

Appendix A -  Mandatory Submittals ... 95 

Appendix B -  Proposal Pricing Forms ... 107 

Appendix C -  Compliance Matrix ... 108 

Appendix D -  City of Bartlett Owned Property Map ... 109 

Appendix E -  Existing VHF/UHF/800 MHz Systems ... 110 

Appendix F -  Existing Dispatch Centers and Consoles ... 112 

(6)

1. Project

Overview

1.1 Introduction

The City of Bartlett, Tennessee, (City) invites proposals for the provision of a public safety emergency radio communications system to support mission critical communications within the City of Bartlett. The proposed communications system shall provide real time operable and interoperable two-way wireless communications capabilities to all users.

1.2 Background

The City of Bartlett is located in Shelby County, Tennessee, and has a population of 56,488. The City has approximately 525 full time employees which include Fire, Police, Public Works, Parks and Recreation, Library Services, Human Resources, Finance, General Services, and Performing Arts and Conference Center.

The City currently operates a Motorola SmartNet analog trunked 800 MHz public safety trunked voice radio system commissioned in 1997. This system supports approximately 650 subscriber radios and consists of a single site, 5-channel trunked radio system with a primary dispatch center located at the Police Department. An 800 MHz backup site is used in case of main site failure, and consists of two 800 MHz conventional channels for Fire and one 800 MHz conventional channel for Police. In addition, the City has a remote backup dispatch center. Table 1 provides a summary of the facilities associated with the current communications system.

(7)

Table 1 - Radio Communications System Sites Existing System Sites 

Site Name  Address  Latitude  Longitude 

Main 800 MHz   and VHF Site    3141 Bartlett Corp. Drive  Bartlett, TN  35‐12‐41.3 N  89‐48‐54.3 W  Main Dispatch  3730 Appling Road  Bartlett, TN  25‐13‐23.9 N  89‐50‐44.9 W  Backup Dispatch  3585 Altruria  Bartlett, TN  25‐13‐23.9 N  89‐50‐44.9 W  800 MHz Backup Site  6348 Highway 70   Memphis, TN  35‐11‐23.0 N  89‐51‐04.0 W  Water Tower VHF      Memphis Arlington Road at  Oak Road   Bartlett, TN  35‐13‐42.3 N  89‐49‐05.3 W  Water Tower VHF  6290 Northampton Drive  Bartlett, TN  35‐12‐23.3 N  89‐52‐21.3 W 

A. While the primary dispatch center1 links directly to the trunked radio system through a commercial wireline connection, the backup dispatch center make use of control stations to establish indirect links via radio interface.

B. Over five departments from various City agencies and approximately 20 talkgroups utilize the system. These agencies deploy a mixture of mobile and portable subscriber radio devices.

C. In addition to the trunked radio system, the City supports several conventional channels operating in the VHF and UHF frequency band. Appendix E - Existing VHF/UHF Systems, lists these channels.

D. The goal of the City of Bartlett Public Safety Emergency Radio Replacement Project is to ensure the implementation of a cost-effective, highly reliable digital public safety voice radio system that meets the current and emerging needs for the next 15 to 20 years. The Public Safety Emergency Radio Replacement Project includes the following key goals:

(8)

7. Provide the City with a replacement digital radio system including infrastructure equipment, and software that complies with the latest applicable APCO2 P25 suite of standards.

8. Provide radio system users with at least the same levels of functionality and configurability as the existing system.

9. Provide radio system users with an increased level of coverage that supplies 95% of the geographical boundaries of the City of Bartlett (including Annex Reserve areas) with portable on the street coverage, and increased in-building coverage.

10. Provide key stakeholders with ample communication, preparation and input avenues during the project.

11. Provide a stable, reliable infrastructure radio environment.

12. Provide the flexibility to take advantage of future technologies. This includes operability in mixed mode (P25 Phase 1 and Phase 2).

13. Provide a solution that leverages existing communications infrastructure (sites/facilities) to the greatest extent possible.

14. Provide interoperability within the region, enhance interoperability with local, regional, state, and federal first responder agencies and provide reserve capacity for use during major manmade or natural catastrophic events.

1.3 Overview of this Document

A. This document structures the primary contents of the RFP in the following sections: 1. Section 1, Project Overview - Provides background information and a general

overview of the requirements contained in this RFP.

2. Section 2, Instructions to Respondents - Provides instructions to RESPONDENTS, including, but not limited to; proposal due date; pre-proposal conference information; and evaluation criteria.

3. Section 3, Project Management - Provides project management structure requirements for development by the SELECTED VENDOR.

4. Section 4, Functional Requirements - Provides requirements for the desired communications system and all associated elements including the trunked radio system, backhaul transport network, and dispatch consoles.

(9)

5. Section 5, Training - Provides requirements for training programs to be developed by the SELECTED VENDOR.

6. Section 6, System Implementation, Test, and Acceptance - Provides requirements for system cutover, staging, installation, coverage testing, and final acceptance.

7. Section 7, Warranty, Maintenance, and Support - Provides requirements for the warranty, extended warranty, maintenance, and support of the proposed system and subsystems.

B. This RFP also includes several appendices: 1. Appendix A - Mandatory Submittals 2. Appendix B - Proposal Pricing Forms 3. Appendix C - Compliance Matrix

4. Appendix D - City of Bartlett Owned Property List 5. Appendix E - Existing radio systems

6. Appendix F - Existing and Planned Dispatch Centers 7. Appendix G - Critical Buildings Requiring Coverage

1.4 Project Summary

A. The SELECTED VENDOR shall be responsible for providing the following project components:

1. Furnishing and installing new system equipment and ancillary facilities 2. Furnishing and installing new mobile subscriber radios, including removal of

existing mobile radio equipment

3. Furnishing new portable subscriber radios 4. Engineering and system design

5. Project management

6. Software installation and programming 7. Training

8. Acceptance testing, including coverage testing 9. Cutover plan and execution

(10)

10. Warranty and Maintenance

B. The SELECTED VENDOR shall be responsible for furnishing complete and fully functional systems:

1. Radio communications system, including the guarantee of radio coverage 2. Microwave, fiber, and land-line backhaul networks

3. Radio dispatch consoles

C. The SELECTED VENDOR shall plan, coordinate, and conduct all work with minimal interruption of service to existing critical systems.

D. Proposals shall completely describe the equipment and methods used to implement the system. The intent of this document is to allow RESPONDENTS to propose the best equipment, technology, and methods available to provide state-of-the-art public safety communications systems of highest quality and performance.

E. All equipment provided shall be in new condition and be covered by a full factory and/or manufacturer's warranty of not less than 3 years.

F. The City shall not accept proposals that include systems or equipment within 3 years of the end of their respective lifecycles.

G. In the event that requirements are stated in more than one section and appear to conflict, the more stringent requirement shall apply.

H. The RESPONDENT shall provide a project management plan, which includes, a detailed Work Breakdown Structure (WBS), project scope, deliverables, schedule, quality assurance/quality control (QA/QC) processes, and risk management sections.

I. The project management plan shall describe how the SELECTED VENDOR intends to monitor and control the installation and deployment of the proposed system and mitigate risks in order to ensure that the system meets the design specifications and delivery schedule.

J. The SELECTED VENDOR shall establish weekly status meetings between the City Project Team and the SELECTED VENDOR. The SELECTED VENDOR shall provide a schedule for these meetings subject to the approval of the City.

(11)

1.4.1 Authorization

The City authorizes this RFP as part of an ongoing effort to enhance mission critical radio communications and interoperability.

1.4.2 Proposals Desired

RESPONDENTS may submit proposals for all or portions of the products and services required herein. See Section 2.6 for additional information.

A. The system proposed in the RESPONDENTS proposal must be complete and must operate as described without requiring any additional hardware or software to operate as proposed. Should the system not perform as proposed, the RESPONDENT must make any upgrades or additions necessary to the system to make it operate as proposed, and no additional cost to the City.

B. Proposal Options: Requirements described as an "OPTION" or "OPTIONAL" refer to features or equipment, which the City may or may not purchase, or items whose quantities are not determined yet. It is not the RESPONDENT'S option to respond to these requirements; therefore, RESPONDENTS are required to respond to all OPTIONAL requirements to the greatest extent possible.

C. Alternate Proposals:

1. In the event a RESPONDENT has a technological solution that does not meet the exact requirements in this RFP, but the RESPONDENT believes their solution meets the functional requirements, the RESPONDENT may offer more than one proposal as long as each proposal fully addresses the intent of the requirements set forth in this RFP.

2. Alternate proposals shall be submitted separately under a different cover from the base proposal and clearly marked "ALTERNATIVE PROPOSAL". 3. The RESPONDENT shall comply with the same submittal instructions in

Section 2.3, Proposal Format. 1.4.3 Standards and Guidelines

A. The SELECTED VENDOR shall comply with the following standards, rules, regulations, and industry guidelines (presented here in alphabetical order; not reflective of priority):

(12)

1. American National Standards Institute (ANSI) 2. American Society of Testing Materials (ASTM)

3. Electronic and Telecommunications Industry Associations (EIA-TIA) 4. Federal Aviation Administration (FAA)

5. Federal Communications Commission (FCC)

6. Institute of Electrical and Electronics Engineers (IEEE) 7. National Electrical Code (NEC)

8. National Electrical Manufacturer's Association (NEMA) 9. National Fire Protection Association (NFPA) 1221

10. Telecommunications Distribution Methods Manual (TDMM) 11. Underwriters Laboratories, Inc. (UL)

B. RESPONDENT shall comply with industry best practices for system installation, grounding, bonding, and transient voltage surge suppression (TVSS), as outlined in the following standards:

1. Motorola R56 - Standards and Guidelines for Communication Sites (latest revision)

2. Harris Site Grounding and Lightning Protection Guidelines (AE/LZT - 123 4618/1 - latest revision)

3. Other contractor / industry standard - RESPONDENT shall provide to the City for review and approval prior to contract award.

C. Equipment mounting (e.g., racks and cabinets) shall conform to full Zone 3 earthquake compliance in accordance with Telcordia (formerly Bellcore) GR-63-CORE Network Equipment Building System (NEBS) requirements. The SELECTED VENDOR shall provide certification that the racks and/or cabinets used meet the Telcordia GR-63-CORE NEBS requirements for Zone 3 in their as-built documentation package.

1. Equipment placement in racks or cabinets shall be such that heavier items are lower in the racks while lighter items are higher in the racks to minimize the effect of centrifugal forces and swaying during an earthquake.

(13)

D. Governing codes and conflicts: If the requirements of this RFP conflict with those of the governing codes and regulations, then the more stringent of the two shall become applicable.

E. If the RESPONDENT cannot meet any of the standards or guidelines listed above, the RESPONDENT shall list all deviations for approval by the City in their proposal. 1.4.4 Frequency Coordination and Licensing

A. Land Mobile Radio (LMR) licenses - The City currently operates on 800 MHz and will provide all current licensing information to the SELECTED VENDOR following contract award. However, the City wishes to transition to 700 MHz for the proposed system. Following approval of the preliminary design phase, the SELECTED VENDOR shall provide all FCC and coordination modifications and applicable forms to the City for review and approval. The SELECTED VENDOR shall also be responsible for all frequency research, support, and preparation necessary. The City shall execute and submit all forms following approval.

B. Microwave Licenses -- The SELECTED VENDOR shall be responsible for all microwave frequency research, coordination and preparation of all associated FCC license applications, and submittals on behalf of the City. The City shall be responsible for coordination and licensing fees, if any, and signatures, as applicable.

C. The SELECTED VENDOR shall complete Federal Aviation Administration (FAA) forms as necessary.

(14)

2. Instructions to Respondents

2.1 Overview

Proposals shall be submitted in a sealed envelope and received by Monday, December 7, 2015, no later than 4:00 pm CST. The City will not accept proposals received after this time. Proposals in the form of e-mails, telegrams, telephone calls, facsimiles, or telex messages will not be accepted.

A. Procurement Schedule and Dates

Table 2 reflects the timeframes and dates for the Procurement/RFP process. Times stated are local time for Bartlett, Tennessee.

Table 2 - Timeframes and Dates for RFP Process

RFP Timeframes and Dates 

Item and Description  Date and Time 

RFP Release and Public Notice  October 13, 2015  Questions due for Pre‐Proposal Conference  October 26, 2015  Mandatory Pre‐Proposal Conference and Site Visits  October 30, 2015  Last date for RESPONDENT question submittals  November 16, 2015  Last date for Bartlett answers to RESPONDENT questions  November 23, 2015  Last date for issuance of Addenda  November 27, 2015  RFP Proposal due date  December 7, 2015 

B. RESPONDENTS shall submit a bound original, clearly identified as original and ten bound copies of the proposal in a sealed envelope. Each package shall also include a copy of the proposal in electronic format on a flash drive as required in subsequent sections of the RFP. The front of the package should be clearly marked "RFP FY2016-09-022 Voice Radio Communications System". Proposals will not be accepted at any other location and shall be addressed to:

(15)

Mayor A. Keith McDonald City of Bartlett

6400 Stage Rd. Bartlett, TN 38134

2.2 Mandatory Pre-Proposal Conference and Site Visits

RESPONDENTS are required to attend a mandatory pre-proposal conference on October 30, 2015, at 9:00 am CST in the City of Bartlett Annex Conference Room located at 6382 Stage Road, Bartlett, Tennessee, 38134. Please confirm attendance via email to dcairncross@cityofbartlett.org.

A. RESPONDENTS may submit questions to the City at least five business days (October 26, 2015) prior to the pre-proposal conference by electronic format (e-mail). During the conference, the City may provide answers to any questions received and hold an open discussion regarding the project. Oral responses during the conference shall not be binding on the City of Bartlett.

B. Site visits will follow the Pre-Proposal Conference.

C. Address all questions in writing via email to the following city of Bartlett contact: Debbie Cairncross, Purchasing Agent, dcairncross@cityofbartlett.org.

Following the mandatory pre-bid conference, all attendees will be provided with a copy of the sign-in sheet, questions, and responses that have been addressed as of that time.

2.3 Proposal Format

RESPONDENTS shall complete all mandatory submittals provided in Appendix A. Failure to provide any of the mandatory submittals with the proposal may be cause for rejection. A. The proposal shall give clear, concise information in sufficient detail and in the

order presented below to allow an evaluation based on these requirements. Although the weighting of some of the elements listed below varies, all requirements are necessary for evaluation.

B. To assist in clearly describing how the RESPONDENT will accomplish work specified in the proposal, samples, literature, program description attachments such as flow charts, tables, and other graphic aids and other materials supporting the program description may be submitted as appendices to the proposal.

(16)

C. The City may authorize the use of presentations and/or interviews as a method of presenting the RESPONDENT'S proposal or obtaining additional information. The Selection Committee may invite competitive RESPONDENTS to make a presentation to, or participate in interviews with the City at a date, time, and location determined by the City. The City may also request that sample subscriber equipment be provided. The purpose of such presentations or interviews would be to allow the RESPONDENTS to present their proposed solutions to the City and for the Selection Committee to obtain additional information; the Selection Committee will evaluate key points in the Proposals.

D. RESPONDENTS shall adhere to the proposal format provided here for the Technical Proposal, organized by section:

1. Cover page

2. Completed Representations and Certifications Form (as page two of the proposal)

3. Table of Contents

4. Section 1: Executive summary 5. Section 2: Organization information

a. Mission and history - Provide the RESPONDENT'S mission statement and brief description of the RESPONDENT'S mission b. Proposed staffing:

1) Organizational chart - Provide an organizational chart describing the composition of the RESPONDENT'S organization illustrating the relationships of the proposed services with other organizational divisions, programs, and sections. Indicate the lines of organizational management, authority, and responsibility.

2) Staffing chart - Provide a staffing chart that describes the RESPONDENT'S proposed project staffing plan identifying staff positions (by name and title, if known) and reporting responsibility. RESPONDENTS may combine both the organizational and staffing charts, if they contain all of the requested information. RESPONDENTS shall include key subcontractor personnel.

(17)

3) Job descriptions - Provide job descriptions for all program staff positions outlined in the staffing chart by 1) position title and requirements which may include skills, education, experience, and certifications; 2) position description including decision authorities, reporting responsibilities, and duties.

4) Staff resumes - Provide brief resumes for all key personnel to fill positions in the staffing chart to accomplish the requirements in the proposal. Resumes should provide sufficient information to determine that the person is qualified for his/her assigned position, including history of relevant education and experience. Resumes shall be included, at a minimum, for the following personnel:

i. Project manager ii. Lead project engineer

5) Subcontractors - RESPONDENTS shall provide a brief description of all major subcontractors, as well as resumes for any subcontractor personnel in key project roles.

c. Government contracts - List all government contracts the RESPONDENT has had in the last 3 years. If RESPONDENT has an extensive list of contracts, then list no more than ten contracts, beginning with the most recent, and ending with the oldest of those selected. Information should include a point-of-contact (POC), type of contracted services, and length of contract, performance outcomes, compliance issues, and total value of the contract. The City staff will verify contract information.

d. Litigation - Provide a description of any litigation and resolutions in the past 5 years related to the contractor's performance. Provide a copy of a letter from the RESPONDENT'S attorney and/or in-house legal counsel concerning the status of lawsuits and pending litigation for the most recent year.

e. Financial information:

1) RESPONDENT shall provide documentation that the organization has sufficient financial reserves to maintain the program for the duration of the project. Documentation may

(18)

include cash and/or credit reserves. In addition, the RESPONDENT shall provide the following information for the last three fiscal years:

i. Audited financial statements with applicable notes ii. Independent auditor's report on compliance and

internal control over financial reporting based on an audit of the financial statements in accordance with Generally Accepted Accounting Principles (GAAP) iii. Independent auditor's statement of findings and

questioned costs 6. Section 3: Experience:

a. The RESPONDENT shall have a minimum of 5 years of experience in the design and installation of P25 LMR systems. All RESPONDENTS shall provide information describing their experience with similar projects. RESPONDENTS shall also describe their role in these projects (e.g., integrator, prime contractor, subcontractor, equipment installer, etc.).

b. All RESPONDENTS shall provide a list and describe five projects of similar size and complexity, successfully completed by the RESPONDENT. Project descriptions shall be limited to two pages to the greatest extent practical. Similar projects are defined by the following minimum criteria:

1) P25 Phase 2 LMR technology designed for life critical operations

2) Quantity of communications sites 3) Regional population base

4) Quantity of base stations 5) Geographic topology

6) References - Each reference shall include the following minimum information, including:

(19)

ii. Location

iii. Contact person

iv. Contact telephone number v. Contact e-mail address 7. Section 4: Compliance matrix:

a. RESPONDENTS shall demonstrate compliance with the requirements in the statement of work by completing the compliance matrix provided in Appendix C (separate MS Excel® file – Bartlett TN RFP FY2016-09-022 Compliance Matrix vF.xlsx).

b. RESPONDENTS shall provide an electronic copy of the Compliance Matrix in MS Excel®, in addition to the electronic copy of the Proposal. c. RESPONDENTS shall mark an "X" in the appropriate column for each line of the Compliance Matrix. RESPONDENTS are not required to address rows of the matrix marked with "N/A," as these rows do not require a statement of compliance. Compliance statements are limited to the following three choices:

1) COMPLY - the proposal meets the specified requirement, or the RESPONDENT acknowledges the statement in the specifications.

2) COMPLY WITH CLARIFICATION - the proposal does not meet the exact stated requirement; however, meets a substantial portion of, or meets the intent of the requirement. RESPONDENTS shall provide a detailed explanation when using this statement.

3) EXCEPTION - the proposal does not meet the specified requirements. RESPONDENTS shall provide a detailed explanation when using this statement.

d. Responses of compliance to any section or subsection in the compliance matrix indicates compliance with any subsection or paragraph thereto.

(20)

a. The information provided in the proposal shall follow the numbering of this section.

b. Description of the system, including equipment, software, design, and services to be provided:

1) Radio communications system equipment

2) Detailed description of radio frequency (RF) coverage predictions and methodologies used to derive such coverage predictions

3) Microwave backhaul design, including preliminary path profiles

4) Dispatch console system

5) Detailed equipment specification sheets for all proposed equipment

6) System design information shall include a complete detailed description, block diagrams, equipment layouts, and equipment lists necessary to provide a complete and comprehensive description

9. Section 6: Project schedule:

a. Preliminary project schedule with detailed Gantt chart b. The schedule shall address the following at a minimum:

1) Detailed site surveys 2) Detailed design review

3) Equipment order and manufacturing 4) Factory acceptance test

5) Equipment delivery

6) System installation (per site and/or subsystem) 7) System configuration

(21)

9) Acceptance testing 10) Coverage testing 11) Training

12) System cutover

13) System documentation development and delivery 14) System and equipment warranty period

10. Section 7: Warranty information: a. System

b. Subsystems

c. Software and equipment warranty information 11. Section 8: Additional information:

a. Training programs

b. Additional information that is not covered in other sections 12. Appendices:

a. Coverage prediction maps

b. Supplemental information not included in the body of the proposal E. RESPONDENTS shall adhere to the proposal format provided here for the Pricing

Proposal, organized by section:

1. Submit the pricing proposal in a separate, sealed envelope or package 2. Provide a cover page listing all completed forms

3. Table of contents

4. Section 1: Description of pricing proposal 5. Section 2: Pricing schedule:

a. The City will evaluate proposals with consideration given to the best overall cost of ownership to the City. RESPONDENTS shall provide detailed cost of ownership information for the proposed trunked radio system, microwave, and console equipment for 10 years. For the

(22)

purposes of this requirement, RESPONDENTS should assume that the City will maintain the system following the 3-year warranty period and should not include overall cost of ownership information for uninterruptible power supplies (UPS and backup generators). The City may elect to purchase software maintenance agreements and system upgrades through year 10 following acceptance of the system. Therefore, RESPONDENTS shall include information for these products and services. RESPONDENTS shall provide individual pricing for the proposed products and services. The City may elect to purchase all, some, or none of the items offered.

b. RESPONDENTS shall submit the proposed system pricing by completing the pricing forms supplied in the provided MS Excel® file – Bartlett TN RFP FY2016-09-022 Pricing Forms vF.xlsx, and shown in Appendix B.

c. RESPONDENTS shall also submit a proposed milestone payment schedule listing each milestone and/or deliverable for which payment will be due. Payment for all deliverables or milestones is dependent on City acceptance.

6. Section 3: Warranty and support:

a. RESPONDENTS shall provide a copy of any standard support agreements (e.g., warranty, maintenance, software licensing) requiring City review and signature.

7. Section 4: Post-warranty support:

a. RESPONDENTS shall submit a proposed fee schedule and contract discount (if applicable) for the hardware, software, and services following the warranty period.

b. The RESPONDENT shall support the proposed fee schedule for a minimum of 7 years beyond the initial warranty period.

2.4 Evaluation

The proposal shall provide clear and sufficient detail to enable the Bartlett evaluation team to evaluate the responsiveness and quality of the proposal to each of the RFP submittal requirements defined in Section 2.3. Although the Bartlett evaluation team weights some factors as more important than others, it considers all factors as necessary for an acceptable proposal. The following factors will be considered in the evaluation process:

(23)

A. Understanding of the RFP:

1. Compliance with the requirements of the RFP 2. Completion of all mandatory forms

3. Capability, features, and functionality of the system 4. Warranty, maintenance, and support

B. Qualifications and corporate experience:

1. The City will evaluate RESPONDENTS' qualifications and corporate experience based on the information provided in accordance with the RFP submittal requirements defined in Section 2.3.

C. References:

1. The City will contact and evaluate RESPONDENTS' references based on the information provided in accordance with the RFP submittal requirements defined in Section 2.3.

D. Interviews, demonstrations, and oral presentations (If necessary):

1. After the City evaluates and identifies proposals in the competitive range, the Bartlett evaluation team reserves the right, but is not required, to interview or accept demonstrations or oral presentations from any or all of the RESPONDENTS in the competitive range.

2. Following proposal submission, the City will request that RESPONDENTS address questions from the Bartlett evaluation team in writing. The City may also request that RESPONDENTS participate in an interview. A RESPONDENT'S inability to accommodate an interview may disqualify the RESPONDENT from further consideration. The RESPONDENT'S representatives attending the interview shall be qualified to respond to questions related to the proposal. The cost of participation in the interviews is the RESPONDENT'S responsibility. The Bartlett evaluation team may also ask for clarifications and additional information.

E. Price proposal:

1. Provide exact cost amounts proposed in the appropriate spaces as required in the Scope of Work (Pricing Forms). Explain any assumptions or constraints

(24)

in a price proposal to perform the services. RESPONDENTS shall provide pricing in the MS Excel Pricing Forms, and, as part of their Proposal, submit in the native format (MS Excel).

2. There shall be no additional charges or fees in the proposal except as designated on the pricing sheet.

2.5 Addenda to the RFP

During the proposal period, the City may issue written addenda making changes or corrections to the specifications as issued. Such changes or corrections shall be reflected in the products and services covered by the RESPONDENT'S proposal, and such addenda shall become part of the specifications and contract.

2.6 Award of Contract

The City shall award one or more contracts to the RESPONDENT(S) whose offer(s) comply with the RFP requirements and which will be, in the opinion of the City, in the best interest of the City.

A. The City reserves the following rights, consistent with procuring a system, that best meets the needs of the City and system users:

1. The City reserves the right to accept or reject any or all proposals or any portion thereof.

2. The City reserves the right to accept all or part of any proposal depending solely upon the requirements and needs of the City.

3. The City reserves the right to seek clarifications of any proposal submitted or specific aspects of any proposal prior to the award of the contract.

4. The City reserves the right to adjust item quantities and/or reconfigure the communications system in the best interest of the City subsequent to award of the contract.

B. If multiple contracts are awarded, in lieu of a turnkey contract, the City may either negotiate additional scope with one or more of the successful RESPONDENTS to:

1. Assume prime contractor status

2. Provide system integration or prime contractor services if the RESPONDENT submitted a proposal for those services

(25)

2.7 Business Status and Registration Requirements

In order to receive a bid award from the City of Bartlett, Tennessee, the SELECTED VENDOR must be properly registered and licensed to do business in the City. If a bidder is already registered, all of their applicable license accounts must be in "good standing" with the City. Good standing is defined as having all fees, including penalty and interest charges, relating to employee wages, and business net profits, paid in full with appropriate reporting forms filed in the Shelby County Clerk’s Office AND City of Bartlett Tax Office. Inquiries can be directed to the City of Bartlett Business License Office at 901-385-6400.

2.8 Standard Hold Harmless and Indemnification Clause and

Insurance Requirements

Prior to entering into a contract with the City, the SELECTED VENDOR must provide a Certificate of Insurance showing proof of insurance, which meets or exceeds requirements set forth in Standard Hold Harmless and Indemnification Clause, And Insurance Requirements, included in Appendix A - Mandatory Submittals.

2.9 Bid, Performance and Payment Bond

A Bid Bond shall be submitted with your bid. A cashier's check, or certified check, may be substituted for the Bid Bond. Also, an irrevocable letter of credit from a state or federally chartered bank may be substituted as a form of a Bid Bond. The Bid Bond, or substitution security, shall be in the amount of 5% of the total bid cost.

Upon contractual agreement, the SELECTED VENDOR must replace the Bid Bond with a Performance Bond and Payment Bond in an amount no less than the amount of the Contract as awarded, (100%) as security for the faithful performance of the Contract, and for the payment of all persons, firms or corporations to whom the Contractor may become legally indebted for labor, materials, tools, equipment, or services of any nature including utility and transportation services, employed or used by him in performing the work.

2.10 Bid Retraction

RESPONDENTS are advised that proposals submitted as part of this RFP offering may not be withdrawn for a minimum of 120 days following the public opening unless circumstances justify consideration by the City of a release from this provision. Requests to withdraw a proposal must be in writing and received by the City at least 24 hours prior to the public opening.

(26)

2.11 Records Retention and Disclosure

The SELECTED VENDOR shall be required to maintain, for a period of five years from the date of final payment, all books and records pertaining to the awarded proposal. In compliance with the Tennessee Open Records Act, trade secrets or proprietary information submitted by a RESPONDENT in connection with this procurement shall not be subject to public disclosure. However, the bidder must invoke this protection prior to or upon submission of the data or other materials, and must identify the specific area or scope of data or other materials to be protected and state the reasons why protection is necessary. An all-inclusive statement that the entire proposal is proprietary is unacceptable. A statement that costs are to be protected is also unacceptable. Disputes over disclosure will be resolved by the City of Bartlett, Tennessee's Law Department.

(27)

3. Project

Management

3.1 Project Staffing

The SELECTED VENDOR shall provide the appropriate project staff based on workload and the level of effort required throughout the implementation/installation process. The staff identified in Section 2 of the RESPONDENT’S proposal, in accordance with Section 2.3 of this RFP, shall serve the duration of the project unless the SELECTED VENDOR proposes an alternative plan to the City for consideration.

A. The City reserves the right to accept or reject any proposed staffing changes. B. SELECTED VENDOR’S project manager:

1. The SELECTED VENDOR'S Project Manager shall be the primary point of contact between the City and the SELECTED VENDOR.

2. The SELECTED VENDOR'S Project Manager shall bear full responsibility for supervising and coordinating the installation and deployment of the communications system; be responsible for development and acceptance of the project management plan; managing the execution of the project against that plan; and overseeing the day-to-day project activities, deliverables, and milestone completion.

3. The SELECTED VENDOR'S project manager shall be responsible for coordinating, and facilitating weekly status meetings.

C. SELECTED VENDOR'S project engineer:

1. The SELECTED VENDOR'S project engineer shall have the primary responsibility for managing the system design and ensuring system installation in accordance with the approved system design.

2. Any deviation from the proposed system design shall be subject to project change control procedures and will not be undertaken until approved by the City.

3. The SELECTED VENDOR'S project engineer shall ensure the accurate development of block diagrams, system-level diagrams, and rack diagrams to assist the installation team in completing the system installation.

4. The project engineer shall also supervise the development and execution of the Acceptance Test Plan (ATP), the Coverage Acceptance Test Plan

(28)

(CATP), and guide the project team through the processes and procedures necessary to prove that the system performs as specified in the contract. The City shall approve all test plans prior to execution.

3.2 Scheduling

The SELECTED VENDOR shall develop and maintain a project schedule including tasks, milestones, start and end dates, task predecessors, and task owners based on an approved WBS.

A. The schedule shall represent tasks associated with completing work on all items identified in the WBS. The SELECTED VENDOR shall update the project schedule with actual dates as tasks are completed.

B. The SELECTED VENDOR shall present all schedule updates to the City of Bartlett during the weekly status meetings.

C. The schedule shall address the following at a minimum: 1. Site surveys

2. Detailed design review 3. Site preparation

4. Equipment order and manufacturing 5. Factory acceptance test

6. Equipment delivery 7. System installation 8. System configuration 9. System optimization 10. Acceptance testing 11. Coverage testing 12. User training 13. System cutover

14. System documentation development and delivery 15. System and equipment warranty

(29)

3.3 Project Meetings

The SELECTED VENDOR shall schedule a project kickoff meeting prior to the beginning of the project.

A. The SELECTED VENDOR shall schedule weekly project status meetings following contract award and the initial kickoff meeting. The weekly status meetings shall continue throughout the duration of the project until the City issues final system acceptance.

B. The SELECTED VENDOR shall be responsible for facilitating the weekly status meetings as well as preparing and distributing meeting agendas and minutes to the City via e-mail on a weekly basis at least 24-hours prior to each scheduled meeting. In addition to those identified in Section 3.2, Scheduling, meeting agenda items shall include, as a minimum, the following items:

1. Schedule review 2. Status of deliverables

3. Risk items and planned responses 4. Proposed changes

5. Plans for the next period 6. Action item assignments 7. Punch list review

3.4 QA/QC Program

A. The SELECTED VENDOR shall include a project QA/QC plan. The SELECTED VENDOR shall submit the QA/QC plan for review during preliminary design as described in this section. The plan shall address all stages of the project, including, but not limited to:

1. Procurement 2. System design 3. Installation 4. Implementation 5. Testing

(30)

6. Cutover

B. The QA/QC plan shall specifically describe the plans and procedures that ensure compliance of the proposed system design with the RFP requirements.

C. The QA/QC plan shall be included in the project management plan developed by the SELECTED VENDOR'S project manager.

D. The QA/QC plan shall be an integral part of the project and include the City personnel as part of the review and approval process for all deliverables and submittals.

E. The proposed QA/QC plan shall address the following project tasks at a minimum: 1. Design analysis and verification

2. RF coverage analysis and verification 3. Design changes and document control

4. Material ordering, shipping, receiving, and storage 5. Site preparation (if required)

6. Field installation and inspection 7. Equipment inventory and tracking 8. System testing and validation 9. Software regression testing

10. Deficiency reporting and correction 11. Implementation and cutover

12. Training and certification

3.5 Project Punch List

The SELECTED VENDOR shall establish and maintain a punch list, as mutually agreed to with the City, for site facilities, equipment, and for acceptance tests.

A. The SELECTED VENDOR shall maintain the punch list in real time and distribute it to the City weekly via e-mail. The punch list shall include the following at a minimum:

(31)

2. Date identified 3. Item description

4. The party responsible for resolution 5. Expected resolution date

6. Resolution date

7. Details about how each punch list item was resolved and tested 8. Notes about the item

B. If the SELECTED VENDOR receives written permission from the City of Bartlett to transfer the responsibility of an item to another person or group, the SELECTED VENDOR shall add a new entry to the punch list and appropriately note the original entry.

C. The SELECTED VENDOR shall be responsible for reviewing each punch list item and advising the City of Bartlett of any changes. The SELECTED VENDOR shall update the status of punch list items during each weekly status meeting.

3.6 Project Submittals

The SELECTED VENDOR shall provide all project submittals and deliverables in accordance with the following considerations and requirements:

D. All project submittals shall be subject to review and approval by the City and its engineer / consultant.

E. The SELECTED VENDOR shall provide all submittals in hard copy, properly bound, and in electronic format on CD-ROM or flash drive. The quantity of hard copies required shall vary for each type of submittal. The City shall notify the SELECTED VENDOR of the number of copies required for each deliverable. F. All submittals shall include a cover letter or letter of transmittal, signed, dated, and

fully describing the contents of the submittal.

3.6.1 Preliminary Design (45 days after contract award)

A. The SELECTED VENDOR shall submit the preliminary design package 45 days after contract award, which shall include the following:

(32)

2. Detailed project schedule

3. Patching schedules and termination details for all cabling necessary for a complete record of the installation

4. Radio and microwave channel plans 5. Microwave path engineering report(s) 6. Equipment room overview drawings

7. Equipment rack/cabinet elevation drawings

8. Tower profile drawings indicating antenna mounting locations 9. Detailed lists of materials for each site

10. 30-Day operational test plan 11. CATP

3.6.2 Final Detailed Design (90 days after contract award)

A. The SELECTED VENDOR shall submit the final design package 90 days after contract award, which shall include the following:

1. Any updates to previously submitted design information based on the City review and feedback and changes proposed by the SELECTED VENDOR 2. Cutover plan

3. System operation and maintenance manuals for all equipment 4. Factory test data

5. Site installation drawings 6. Structural analyses and results 7. Updated coverage maps

B. The SELECTED VENDOR shall submit a detailed Staging Acceptance Test Plan (SATP), outlining a comprehensive series of tests that will demonstrate proof of performance and readiness for shipment.

C. The SELECTED VENDOR shall submit the SATP no later than 15 business days before testing starts. The City shall approve the FATP no later than five business days before testing starts.

(33)

3.6.3 System Staging, Delivery, and Installation

A. The SELECTED VENDOR shall stage system components within the United States.

B. The SELECTED VENDOR shall submit a bill of materials (BOM) / packing list with two copies for each shipment of equipment in accordance with Section 3.6, Project Submittals. The packing list shall include the following information at a minimum for each component included in the packaging:

1. Manufacturer 2. Model

3. Serial number

4. Unique identification of the package containing the item

C. All items shipped by the SELECTED VENDOR or their suppliers will include the above information in a barcode format.

3.6.4 Final System Acceptance

The SELECTED VENDOR shall submit a detailed Final Acceptance Test Plan (FATP), outlining a comprehensive series of tests that will demonstrate proof of performance and readiness for final acceptance by the City of Bartlett.

A. The SELECTED VENDOR shall submit the FATP no later than 15 business days before the testing starts. The City shall approve the FATP no later than five business days before testing starts.

B. The SELECTED VENDOR shall submit three final and complete sets of as-built documentation in accordance with Section 3.6, Project Submittals, including the following:

1. Documentation index 2. Field test reports

3. Coverage test reports 4. Warranty documentation

5. Detailed list of materials for each site 6. As-built system block diagrams

(34)

7. As-built site drawings, including all cabling, and terminations

8. Configuration files (such as routers, switches, servers, base stations) 9. Channelization plans and IP addressing maps

10. Site layout drawings, as appropriate

(35)

4. Functional

Requirements

4.1 Overview

The City intends to purchase and implement an integrated public safety wireless communication system that will provide public safety first responders real time operable and interoperable voice and low speed data services that support day-to-day, mutual aid, and task force operations. The system shall be highly reliable, fault tolerant, spectrally efficient, easily scalable, and meet the operational requirements for public safety first responders.

A. The integrated public safety wireless communication system shall consist of an integrated voice and data wireless network, a dispatch network, and a microwave backhaul network to interconnect the elements of the voice and data systems. The system shall consist of:

1. 5-channel P25 Phase 2 700 MHz simulcast

2. Microwave connectivity between the main dispatch and radio sites

3. Four new consoles in the main dispatch center and two new consoles in the backup dispatch center connected to the new system, as well as legacy systems

4. Subscribers (portables, mobiles, and control stations) as identified in this RFP

B. The integrated public safety wireless communication system shall support the voice and low speed data communication needs for agency users throughout the service area, employing standards-based P25 trunked system technology in the 700/800 MHz public safety spectrum.

C. Benefits of the new system shall include, but not be limited to: 1. Wide area radio communications throughout the service area

2. Interoperability among all participants in accordance with their level of authorization

3. Interoperability with others using specifically designated interoperability and mutual aid channels as well as specifically designated talkgroups

(36)

4. Interconnection of systems to other systems by means of open standard and nonproprietary inter/intra-system network interfaces as defined by the P25 Phase 2 specification for subsystem and inter-system communications 5. Interoperability with adjacent jurisdictions and counties

D. The radio network shall be fault tolerant and contain no single point of failure that could totally disrupt communications.

E. The City expects the useful life of the system to be 15 to 20 years. Therefore, it is possible to encounter shifts in operating systems as they relate to servers, network management terminals, and dispatch position computers. In the event such changes occur (e.g., Windows 7 to Windows 10), RESPONDENTS shall consider mixed operation of such operating systems throughout the communications network in their proposals. That is, a change in operating system shall not require an upgrade to the entire system.

F. Licensing of channels shall be in accordance with Section 1.4.4, Frequency Coordination and Licensing.

G. The system shall provide portable and mobile radio coverage throughout the City and Annex Reserve areas as described in Section 4.2.4, Coverage.

H. The City will maintain communications on the existing 800 MHz analog system to support legacy users until they are able to transition to upgraded or replacement equipment capable of operating on the new digital trunked 700 MHz radio system. The legacy analog system shall also support operations while the digital system is tested. The SELECTED VENDOR shall work with the City to determine system loading, fleet mapping, and operational areas to determine the most efficient division of available channels between multiple trunked subsystems.

I. The City will maintain existing functionality of conventional networks currently controlled by the dispatch network. RESPONDENTS shall explain how these networks will maintain functionality with the proposed communications network.

4.2 Integrated Voice and Data Trunked Radio System

4.2.1 Interoperability / Project 25 Statement of Requirements (SoR)

The proposed radio system shall comply with the latest applicable P25 suite of standards adopted as TIA and/or ANSI documents at the time of proposal submission. These

(37)

standards establish technical parameters that allow compatibility and interoperability of digital radio equipment from different manufacturers.

A. By stating compliance with a level two heading in the Statement of Requirements (SoR), the RESPONDENT is claiming compliance with all applicable third-level and fourth-level headings (requirements) in the SoR. If a RESPONDENT is not compliant with a requirement, the RESPONDENT shall identify the requirement by number and name, and provide a detailed explanation of why the proposed system does not meet the requirement. RESPONDENTS shall reference the complete P25 SoR for a detailed description of each requirement.

B. Support for dual mode operation:

1. While Bartlett requires the system to be built as a P25 Phase 2 system, initial operation will be a combination of P25 Phase 1 and Phase 2 to facilitate subscriber radio migration and regional interoperability.

2. All infrastructure shall be equipped and implemented to dynamically support P25 Phase 1 and Phase 2 operation at the repeater, channel, talkpath, and talkgroup levels.

C. The proposed system shall support interoperability with conventional (non-trunked) systems to provide a minimum level of interoperable communications between agencies within the City of Bartlett and nationwide public safety radio system users within the region, using the Federal Communications Commission (FCC) designated 700/800 MHz Interoperability Channels commonly identified as the General Purpose Public Safety Service Interoperability Channels.

4.2.2 Core System Features and Capabilities

The City anticipates locating the primary system control equipment at the Police Department.

A. The proposed radio system shall provide the following minimum features and capabilities:

1. High system availability

2. Dual geographically diverse system cores 3. Encrypted voice communications (AES) 4. Over-the-air rekeying (OTAR)

(38)

5. Encryption key management system for OTAR 6. Over-the-air programming (OTAP)

7. Real-time system monitoring and logging 8. Backup and restore capability

9. Text messaging using subscriber radios 10. Call alert/paging function

11. Private call

12. Emergency alarm/alert function 13. Voice prioritization over data 14. User and talkgroup priority levels 15. Out of range indication

16. Computer-Aided Dispatch Interface (CADI)

17. Standards-based Console Sub-System Interface (CSSI) to system core 18. P25 Inter-RF Sub-System Interface (ISSI)

19. Geo-location (i.e., Global Positioning System (GPS))

20. Dynamic Dual mode operation - dynamically support P25 Phase 1 (FDMA) subscriber radios and P25 Phase 2 (TDMA) subscriber radios at the repeater, channel, talkpath, and talkgroup levels

21. Transparent site roaming (automatic intra-system roaming) 22. Radio enable/disable function

23. Remote monitoring (remote radio key-up) 24. Ability to silence radio remotely

25. Interoperability with conventional channel resources

26. Talkgroup scanning - the scanning functionality shall not load or stress a system or a collection of sites, affecting grade of service (GoS).

B. The system shall be expandable by adding additional hardware and/or software to increase coverage, capacity, or features. Where possible, RESPONDENTS shall propose equipment that accommodates easy system expansion by a minimum factor of 20%. For example, if a transmitter combiner requires five ports for the system design, RESPONDENTS should propose a six-port combiner for ready expansion.

(39)

C. All efforts should be made to design a system without a single point of failure. For those elements that would result in a major system failure, redundancy is required. Such elements include, but are not limited to the following:

1. System controllers 2. Site Controllers 3. Simulcast Controllers 4. Backhaul network 5. Power systems

D. The proposed radio system shall include several modes of degraded operation or failure modes. The system shall be capable of automatic activation of failure modes in the event of a failure. Additionally, the system shall switchover to a graceful degradation mode. The following failures should invoke the activation of a failure mode and not bring the system down completely:

1. Loss of system controller 2. Loss of simulcast controller 3. Loss of multiple sites 4. Loss of single site

5. Loss of multiple channels 6. Loss of single channel

E. A detailed description shall be supplied by RESPONDENTS describing the system operation when any of the failures described above occurs. The description shall include the effect to the system users, dispatchers, system coverage and capacity. 4.2.3 Site Selection

The SELECTED VENDOR shall, with the approval of the City, choose the sites necessary to provide the desired coverage.

A. If the SELECTED VENDOR utilizes a site or sites currently in use by the City, they shall conduct mandatory site visits at those sites and notify the City of any site modifications necessary.

(40)

B. The City has provide a map of City owned property in Appendix D – City of Bartlett Owned Property Map. RESPONDENTS may consider use of these properties in the system design. However, RESPONDENTS shall be responsible for all compliance to local codes and laws, including zoning.

C. If the RESPONDENT selects sites owned by others, the RESPONDENT shall conduct due-diligence and provide as part of the Proposal, letters from the site owner(s) that state:

1. The owner is willing to lease space at the site to Bartlett, and the lease rate offered

2. Space is available on the tower at the RESPONDENT defined heights, and space is also available for equipment in an existing room, or space is available for a shelter to be placed within the secured site area

Bartlett has identified a potential site for use in the new system design. RESPONDENTS shall consider this site, but are not obligated to use the site in their design. The site is owned by Vertical Bridge3, and the following information is provided for RESPONDENT’S reference only. All information must be verified by RESPONDENT. MEM-014-FM US-TN-5020 MEM-014-FM 5205 Brief Rd. Brunswick, TN 38014 Site Category: Tower Site Type: Guyed Tower

AGL (feet): 626.6 AMSL (feet): 250.6

ASR: 1057943 35.27536389, -89.77742222 4.2.4 Coverage

The voice radio system design shall serve the geographical boundaries of the city of Bartlett plus all areas selected for future annexation (Annex Reserve areas) as shown in Figure 1. Additional focus should be given to providing improved performance of in-building portable radio use within the city of Bartlett.

(41)

Figure 1 – Map of the City of Bartlett, TN, and Annex Reserve

A. The system shall provide a minimum of 95% portable on-street coverage at a DAQ of 3.4 or better, with a 97% reliability. For in building coverage, light to medium (12 dB) buildings, the system will provide a minimum of 95% portable coverage at a DAQ of 3.4 or better, with a 90% reliability.

(42)

B. Appendix G contains a list of critical buildings that require 95% in-building coverage.

C. Coverage design, implementation, and testing for the system shall adhere to the Telecommunications Industry Association (TIA) Telecommunications Systems Bulletin (TSB) #88-C, Wireless Communications Systems Performance in Noise-Limited Situations (or latest revision).4

D. Channel Performance Criteria (CPC) - RF coverage is defined as the digital Bit Error Rate (BER) that provides a minimum Delivered Audio Quality (DAQ) 3.4 audio signal for both outbound (talk-out) and inbound (talk-in) communications. E. The RESPONDENT shall provide a detailed coverage analysis study.

4.2.4.1 Coverage Maps

RESPONDENTS shall include a detailed description of the propagation models used and the assumptions made in preparation of the coverage maps. A brief description of the methodology the software used to calculate coverage shall also be included in the proposal narrative.

A. RESPONDENTS shall include coverage statistics that account for geographic, population, and coverage on major roads

B. RESPONDENTS shall submit both talk-out and talk-in system composite coverage maps for all proposed design configurations. The maps shall be clearly labeled and shall show system gain calculations for each of the following:

1. Mobile radios mounted in a vehicle using roof top unity gain antenna 2. Portable radios outdoors (on-street):

a. Talk-out to a portable radio on hip with swivel belt clip and speaker/Mic

b. Talk-in from a portable radio on hip with swivel belt clip and speaker/Mic

3. Portable radios inside buildings with 12 dB medium building penetration margin:

(43)

a. Talk-out to a portable radio on hip with swivel belt clip and speaker/Mic

b. Talk-in from a portable radio on hip with swivel belt clip and speaker/Mic

C. Maps shall depict coverage using a light transparent color or cross-hatching for those areas that meet or exceed the minimum coverage reliability threshold. D. All maps shall clearly delineate the difference between areas predicted to be equal

to or greater than DAQ 3.4 equivalent coverage and areas that do not meet coverage requirements. RESPONDENTS shall include the effects of simulcast interference in all coverage maps (if applicable).

E. Coverage maps shall be provided in the proposal in two formats: 1. 11"x17" (minimum) full color hardcopy format

2. In PDF file format on a flash drive 4.2.4.2 Map Criteria

A. All maps shall include a background layer suitable for the City’s reference (e.g., topographic map, roads, rivers, etc.). Link budgets shall be provided, clearly defining the following minimum information, relating to each map and each site:

1. Base station / repeater RF power output 2. Antenna gain

3. Antenna down tilt (if applicable)

4. Transmit effective radiated power (ERP) 5. Receiver sensitivity

6. Antenna height

7. Mobile and portable antenna height for talk-out and talk-in 8. Mobile and portable RF output power

9. The configuration of field units (for example - talk-out to portable inside 12 dB loss buildings)

(44)

B. RESPONDENTS shall use 30-meter United States Geologic Survey (USGS), North American Datum (NAD)-83 terrain elevation data for coverage simulations. Alternatively, RESPONDENTS may use 3 arc-second data where 30-meter data is not available.

4.2.4.3 TIA TSB-88 - Annex E User Choices

A. This Section - TIA TSB-88 - Annex E User Choices, provides a number of guidelines and choices for system design and validation. The following are user choices for the proposed the City system:

B. E.1 User Choices:

1. 700 MHz trunked system (12.5 kHz / 6.25e kHz channels) 2. P25 Phase 2 (TDMA) compliance

C. E.2 Service Area:

1. The service area is the geographical area of the city of Bartlett and the Annex Reserve areas.

2. The target device, usage and location are:

a. Mobile radios (35 Watts) mounted in vehicle using roof top unity gain antenna

b. Portable radios (3 Watts) on hip with ½ wave dipole antenna and swivel belt clip:

1) Outbound (talk-out) to a portable radio on hip with speaker/mic

2) Inbound (talk-in) from a portable radio at the hip with speaker/mic

c. Basic network coverage design for mobile radios shall accommodate vehicles traveling at speeds up to 75 miles per-hour.

d. This criterion is applicable to the coverage maps defined in Section 4.2.4.1, Coverage Maps.

D. E.3 Channel Performance Criterion (CPC): Minimum CPC - BER that provides a minimum DAQ 3.4

(45)

E. E.4 Reliability Design Target: The CPC Reliability Design Target is a service area probability of 97%

F. E.5 Terrain Profile Extraction Method: Snap to Grid Method

G. E.6 Interference Calculation Method: Monte Carlo Simulation Method H. E.7 Metaphors to Describe the Plane of the Service Area: Tiled Method

I. E.8 Except where noted, Required Service Area Reliability: 97%

J. E.9 Willingness to Accept a Lower Area Reliability in Order to Obtain a Frequency: The City is not willing to accept lower area reliability in order to obtain a frequency. K. E.10 Adjacent Channel Drift Confidence Factor: Confidence that combined drift

due to desired and adjacent channel stations will not cause degradation: 95% L. E.11 Conformance Test Confidence Level: 99%

M. E.12 Sampling Error Allowance: 1. True value error: ±1% 2. Number of subsamples: 50

N. E.13 Pass/Fail Criterion: "Greater Than" test

O. E.14 Treatment of Inaccessible Grids: All inaccessible grids shall be eliminated from the calculation.

4.2.5 Site Equipment

All site equipment supplied shall be new, of high quality, and designed to provide high-reliability to support mission critical communications.

A. The site equipment, or RF infrastructure, consists of the following components: 1. Simulcast equipment

2. Receiver voting 3. Transmitters 4. Receivers

References

Related documents

Select Reset all to delete phone settings and content such as con- tacts, number lists and messages (SIM memory is not affected)!. Enter the phone code and press OK

(EDU) Non-degree Undergraduate (NDUG) Post Baccalaureate Undergraduate (PBUG) 139998 (EDU) Non-degree Undergraduate (NDUG) Health & Physical Education - Senior Citizens

PROJECT COPPELIA Solver Constraints Refined Skeletal Motion Character MESH Motion ANIMATION Virtual ENVIRONMENT Performance MODELLING. Figure 1.2: T he P ro je c t “Synthesising

As inter-speaker variability among these the two groups was minimal, ranging from 0% to 2% of lack of concord in the 21-40 group and from 41% to 46% in the 71+ generation, we

On the Saudi Gulf coast the major environmental effects of coastal and marine use.. are concentrated in and around, Jubayl and

Another meditation teacher, who has facilitated meditation teachers training, has also worked with vulnerable populations in San Francisco including those with psychiatric

The Quarterly financial statistics Survey covers a sample of private enterprises operating in the formal non-agricultural business sector of the South African economy. It

Our aim is to understand how performance measurement is used in public organizations in Tanzania, given the arguments that public organizations in most